Loading...
HomeMy WebLinkAboutCO 2025-053 - TrueLine Construction and Surfacing CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT CONTRACT TRUELINE CONSTRUCTION & SURFACING FOR RED HILL PARK PICKLEBALL COURT RESURFACING (PW 2025-112) AWARD DATE: April 28, 2025 City of Rancho Cucamonga CONTRACT NUMBER 2025-053 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D April 1, 2025 TrueLine Construction & Surfacing Attn: Janet Bangs P.O. Box 70269 Riverside, CA 92513-0269 SUBJECT: REQUEST FOR OPEN MARKET PUBLIC WORKS BID Red Hill Park Pickleball Court Resurfacing ($75,000 or less) Project No. PW2025-112 Dear Janet: The City of Rancho Cucamonga invites your proposal for providing Red Hill Park Pickleball Court Resurfacing within the City of Rancho Cucamonga. This is a request for an informal bid made pursuant to Public Contract Code Section 22032(a) and R.C.M.C Section 3.08.110.B.1. Your proposal must actually be received in the City’s Department of Public Works, attention: Ryan Samples, 10500 Civic Center Drive, Rancho Cucamonga, CA, 91730, on or before 2:00 p.m. on April 3, 2025. The City’s time stamp shall be conclusive as to the date and time of receipt. Contractor assumes all risk of untimely or lack of receipt for bids not personally and timely delivered as required above. Late bids will not be opened and will be returned. GENERAL SCOPE OF WORK: Contractor/bidder shall furnish all necessary labor, tools, materials, appliances, and equipment to complete the Project as described in the Scope of Work and Service requirements (“Work” or “Services”), including, but not necessarily limited to: 1.Coordination and management of the Services required, including review of the Project site, improvement plans, specifications and special provisions, if any. 2.Inspection of the Work on the Project before, during and/or after construction to ensure conformance with Federal, State and City statutes, regulations, ordinances, guidelines, applicable standards, specifications, plans, laws and accepted standard construction practices. 3.The keeping of proper records and reports, photographs and videos, including but not limited to, certifications of compliance, submittals, shop drawings, materials reports, and other related documents received. Contractor shall deliver documents to the City when generated, prepared or received. 4.Designation of a person or persons fully qualified to perform the Services. 5.Attend any meetings that the City deems necessary. 6.Installation of resurfacing of the pickleball courts at Red Hill Park. 7.Performance of the Work in compliance with the Standard Plans for Public Works Construction, Latest Edition with Supplements published by the American Public Works Association; the City of Rancho Cucamonga Standard Drawings, Latest Edition, and the attached specifications, all of which are hereby incorporated into this Request for Bid along with the agreement (if any) that is awarded as a result of this Request. Any Scope of Services, Contingencies, Special Instructions and/or Terms and Conditions applicable to this Proposal and any Purchase Order created thereafter, are also incorporated by reference herein, and shall Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D be effective as of the issue date of Purchase Order (the “Effective Date”), and shall remain in full force and effect until one hundred eighty days after (i) the filing of a notice of completion; or (ii) City has accepted the Work in writing and has made final payment if a notice of completion is not required to be filed; unless sooner terminated by the City. LABOR CODE COMPLIANCE The Work and Services constitute a public work requiring payment of prevailing wages and compliance with other provisions of the California Labor Code, as set forth in the attached document entitled “California Labor Code Compliance.” LICENSES: At the time of submitting a bid (or contract award if the Project is federally funded), and at all times during the term of the Agreement if awarded, Contractor shall possess a current, valid Class A, General Engineering Contractor and C-32 Parking & Highway Improvement Contractor License in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000, et seq.) and rules and regulations adopted pursuant thereto. Pursuant to Section 7028.15 of the California Business and Professions Code, the Contractor’s State contractor’s license number shall be set forth on the bid, together with the expiration date, and the bid shall be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true and correct. SUBCONTRACTORS: In the bid, the Contractor shall list the name, business address, the California contractor license number, and public works contractor registration number issued pursuant to Section 1725.5 of the Labor Code, of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the Work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the Contractor’s total bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor’s total bid or ten thousand dollars ($10,000), whichever is greater. The Contractor shall be prohibited from performing work on this Project with a subcontractor who is ineligible to perform work on the Project pursuant to Section 1777.1 or 1777.7 of the Labor Code. INSURANCE: If awarded, the Contractor shall not commence work under the contract until the Contractor has obtained all insurance described and set forth in the attached form of Agreement. BONDS: If the contract amount exceeds $25,000, California Civil Code Section 9550 requires the Contractor to provide a payment bond in 100% of the contract amount. If the contract amount is $25,000 or less, the City does not require the foregoing payment bond. If the contract amount exceeds $25,000, a performance bond in 100% of the contract amount is required. If the contract amount is $25,000 or less, the City does not require the foregoing performance bond. AWARD OF CONTRACT: The City will evaluate bids received utilizing any lawful method of scoring. Price may or may not be the primary selection factor. If awarded, an agreement will be awarded based on the bid determined to be the most beneficial to the City. The City shall be the sole judge in the ranking process utilized in making such determination. The City reserves the right, in its sole discretion, to reject any or all bids, to withdraw this Request for Public Work Bid at any time prior to any award, and to waive any irregularity in any bid. The City shall not be liable for any costs incurred in preparing and submitting any bid. If a contract is awarded, then, as a condition of the award, the Contractor shall execute the attached form of agreement (“Agreement”) and provide insurance coverage in the form and limits set forth in the Agreement. CITY BUSINESS LICENSE: The Contractor must have a City Business License as a condition of being awarded a City contract. COMMENCEMENT OF WORK: Unless otherwise specified in writing, no materials may be ordered, or work completed prior to the issuance of a written Notice to Proceed by the City. LIQUIDATED DAMAGES: Liquidated damages are applicable to this procurement. The Contractor agrees to enter into the Agreement within the earlier of fifteen (15) days from the date the City gives public notice of award of the contract or upon written notice to the Contractor by City after the fifteen (15) days. Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Thereafter, Contractor shall complete the work within 10 working days from the date specified in the City’s written Notice to Proceed served on the Contractor. The Contractor agrees to the assessment of liquidated damages in the amount of one hundred dollars ($100) for each calendar day the work remains incomplete beyond the completion date. City may deduct the amount of any assessed liquidated damages, from any monies due or that may become due the Contractor under the contract. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. CONTRACTOR'S LIABILITY: Contractor shall indemnify, defend and hold the City of Rancho Cucamonga and its elected officials, officers, agents and employees free and harmless in accordance with the indemnity set forth in the Agreement. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of age, disability, race, color, religion, sex, sexual orientation or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and doing the prescribed Work per the NOT-TO-EXCEED unit prices and/or lump sum, as applicable, set forth in Contractor's bid. SUBMISSION: Contractor may submit bids in a sealed envelope or via email attachment provided bids are appropriately signed. The envelope shall be marked, or email subject shall be titled “Bid - City of Rancho Cucamonga” and the name of the Project. The Contractor shall also include a description of the Contractor’s qualifications relevant to the required Work. Experience working with local public agencies is a must. Having an office within a 30-mile radius of the City is preferred. Contractor shall also include a signed acknowledgement of receipt of any addendum(s) to the Request for Public Works Bid issued prior to the bid submission deadline. The City shall not be liable for any costs incurred in preparing and submitting any bid, whether or not a contract is awarded. Furthermore, the City reserves the right to reject any or all bids without liability for any costs. Any bid may be withdrawn prior to the date and time set for receipt of bids. Unless timely withdrawn, all bids will become the property of the City and will be subject to public review pursuant to the California Public Records Act, regardless of any marking thereon, such as “confidential”, “trade secret”, etc. If you have any questions, please contact the undersigned at (909) 774-2213 or email at Ryan.Samples@CityofRC.us. Sincerely, Ryan Samples Community Services Supervisor Attachments: (1)Bid Proposal Form (2)Contract Agreement (3)Specifications (4)California Labor Code Compliance (5)Non-Collusion Declaration Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Bidder Name & CSLB No. P-1 B I D P R O P O S A L F O R M FOR "Red Hill Park Pickleball Court Resurfacing" TO THE CITY OF RANCHO CUCAMONGA: The undersigned bidder declares that he has carefully examined the location of the proposed work, that he has examined the Plans, Special Provisions and Specifications, and read the accompanying information, and hereby proposes and agrees, if this proposal is accepted, to furnish all material and equipment to do all the work required to complete the said work in accordance with the Plans, Special Provisions and Specifications, in the time and manner therein prescribed for the unit cost and lump sum amounts set forth in the schedule on the following Proposal. Item No. Description Qty. Unit Unit Price Price 1.Removal of existing court surfaces (3 courts)1 LS 2.Preparation and resurfacing of specified area to include two coats of Sportmaster color system and Stripe Play Lines, Sharp and Accurate to ASBA specs 1 LS 3. 4. TOTAL AMOUNT IN NUMBERS: _______________________________________________________________ TOTAL AMOUNT IN WORDS:__________________________________________________________________ 5790.00 5790.00 15360.00 15360.00 21,150.00 Twenty One Thousand One Hundred Fifty Dollars Trueline Construction & Surfacing, Inc.662625 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Bidder Name & CSLB No. P-2 Bidder Information for Red Hill Park Pickleball Court Resurfacing Company Name: Company Address: CSLB No: DIR No: Telephone No: Email Address: Web Address: Authorized Representative (Print): Title: Signature: Date: Vendor routing for contract signatures via DocuSign Name Title Email Trueline Construction & Surfacing, Inc.P.O. Box 70269, Riverside, CA 92513 662625 951-817-07771000006579 trueline40@outlook.com GOTRUELINE.COM Janet Bangs Vice President 4.1.2025 Janet Bangs Vice President trueline40@outlook.com Trueline Construction & Surfacing, Inc.662625 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Bidder Name & CSLB No. C-1 AGREEMENT This Agreement (“Agreement”) is made and entered into as of the date executed by the City Clerk and the City Manager, by and between Trueline Construction & Surfacing, Inc., a Class A, General Engineering Contractor and C-32 Parking & Highway Improvement Contractor hereinafter referred to as the "Contractor", and the City of Rancho Cucamonga, California, hereinafter referred to as "City." WHEREAS, pursuant to the Request for Open Market Public Works Bid, bids were received on or before the date specified in said notice; and WHEREAS, City did accept the bid of Contractor; and WHEREAS, City has authorized the City Manager, or designee, to enter into certain written contracts for furnishing labor, equipment, and material for the construction of Public Works. NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1.GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work necessary to satisfactorily complete the “Red Hill Pickleball Court Resurfacing” project. The foregoing work (“Work”) shall be performed in accordance with the provisions of this Agreement, specifications and standards referenced in Section 2 of this Agreement and those on file in the office of the City Engineer, and in accordance with bid prices hereinafter mentioned and with the instructions of the City Engineer. The Work shall be performed in compliance with any and all applicable local, State, and federal laws, statutes, and regulations. 2.CONTRACT DOCUMENTS: The documents, specifications, and standards referenced in Section 1, above, the Request for Open Market Public Works Bid dated 01 April, 2025 and any addendums thereto, the Standard Specifications for Public Works Construction, Latest Edition, with Supplements published by the American Public Works Association the Standard Plans for Public Works Construction, Latest Edition, with Supplements published by the American Public Works Association; the City of Rancho Cucamonga Standard Drawings, Latest Edition, and any and all other provisions, instructions, specifications, and plans referenced therein and/or attached hereto, and the Contractor’s bid, all of which are incorporated by reference herein, together with this Agreement, shall constitute the entire agreement between the parties. This Agreement is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the Contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the individual documents described and this written agreement, the provisions of this Agreement, then the Request for Open Market Public Works Bid, shall control. 3.LIQUIDATED DAMAGES: Liquidated damages apply to this Agreement. The Contractor agrees to the assessment of liquidated damages in the amount of one hundred dollars ($100) for each calendar day the Work remains incomplete beyond the expiration of the completion date. City may deduct the amount thereof from any monies due or that may become due the Contractor under this Agreement. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 4.INSURANCE: The Contractor shall not commence work under this Agreement until Contractor has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on a subcontract until all insurance required of the subcontractor has been obtained. The Contractor shall take out and maintain at all time during the life of this contract the following policies of insurance: Trueline Construction & Surfacing, Inc.662625 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Bidder Name & CSLB No. C-2 a.Workers Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that it has taken out full compensation insurance for all persons whom it may employ directly or through subcontractors in carrying out the Work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this Agreement. The policy shall be endorsed to waive the right of subrogation. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self -insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." b.For all operations of the Contractor and/or any subcontractor in performing the Work provided for herein, insurance with the following minimum limits and coverage: (1)Commercial General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000 each accident. (2)Commercial General Liability - Property Damage (not auto) $1,000,000 each accident; $2,000,000 aggregate. (4)Automobile (any auto) - Bodily Injury $2,000,000 each person; $3,000,000 each accident. (5)Automobile (any auto) - Property Damage $2,000,000 each accident. c.Each such policy of insurance provided for in paragraph "b." shall: (1)Be issued by an insurance company approved in writing by City, which is qualified to do business in the State of California. The insurance company shall have an A.M. Best Company Rating Guide rating of not less than A:VII; (2)Name as additional insureds the City, its elected officials, officers, volunteers, agents and employees, and any other parties specified in the bid documents to be so included; (3)Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; (4)Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled, nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." (5)Otherwise, be in form satisfactory to City. Trueline Construction & Surfacing, Inc.662625 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Bidder Name & CSLB No. C-3 (6)Waives all right of subrogation against the additional insureds in the policy of insurance provided for in paragraph "b." by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the Work provided for herein; (7)Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e.The Contractor shall at the time of the execution of this Agreement present the original policies of insurance required in paragraphs "a." and "b." hereof, or present a certificate and original endorsements of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5.LABOR CODE COMPLIANCE: At all times herein, the Contractor shall comply with all applicable provisions of the California Labor Code including those set forth in the attachment hereto marked “CALIFORNIA LABOR CODE COMPLIANCE.” 6.CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials, officers, agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers, employees of the Contractor, his subcontractors, or the public, or for damage to adjoining or other property, from any cause whatsoever arising out of or in connection with the performance of the Work. The Contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence or willful misconduct of the City, its employees, servants, or independent contractors who are directly responsible to City during the progress of the Work or at any time before its completion and final acceptance. To the maximum extent permitted by law, the Contractor will indemnify, defend, and hold the City, its elected officials, officers, employees, volunteers, and agents serving as independent contractors in the role of City officials (“Indemnitees”), free and harmless with respect to any and all actions, claims, damages to persons or property, stop notices, penalties, obligations, and/or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization, arising out of or incurred in connection with the Work, Services, operations, acts, omissions, or activities of the Contractor, its owners, agents, employees, subcontractors, and/or invitees, whether or not there is concurrent passive or active negligence on the part of any of the Indemnitees, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of any of the Indemnitees, and in connection therewith: a.The Contractor will defend any action or actions filed in connection with any of said claims, damages, penalties, obligations, or liabilities and will pay all costs and expenses, including attorneys' fees incurred in connection therewith. b.The Contractor will promptly pay any judgment or award rendered against the Contractor or any of the Indemnitees covering such claims, damages, penalties, obligations, and liabilities arising out of or in connection with the Work, operations, or activities of the Contractor hereunder or reasonable settlement in lieu of judgment or award, and the Contractor agrees to save and hold the Indemnitees harmless therefrom. Trueline Construction & Surfacing, Inc.662625 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Bidder Name & CSLB No. C-4 c.In the event any of the Indemnitees is made a party to any action or proceeding filed or prosecuted against the Contractor for damages or other claims arising out of or in connection with the project, operation, or activities of the Contractor hereunder, the Contractor agrees to pay to City any and all costs and expenses incurred by City or any of the Indemnitees in such action or proceeding together with reasonable attorneys' fees. So much of the money due to the Contractor under and by virtue of this Agreement as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damage as provided above. 7.MANDATORY TERMS: a.The City shall pay Contractor for its services in accordance with the agreed-upon rates as set forth in Section 9, described in the Bid Proposal Form (P-1) and incorporated herein by this reference. Pursuant to Public Contract Code Section 20104.50, the City shall make any progress payment within thirty (30) days after receipt of an undisputed and properly submitted payment request from Contractor. Upon receipt of a payment request, the City shall review the payment request as soon as practicable to determine whether the payment request is proper, and if any payment request is determined not to be suitable for payment, the City shall return the payment request to the Contractor as soon as practicable, but not later than seven (7) days after receipt, with a document setting forth in wr iting the reasons why the payment request is not proper. b.In the event of any dispute or controversy with the City over any matter whatsoever, the Contractor shall not cause any delay or cessation in or of Work, but shall proceed with the performance of the Work in dispute. The Contractor shall retain any and all rights provided that pertain to the resolution of disputes and protests between the parties. The Disputed Work will be categorized as an “unresolved dispute” and payment, if any, shall be as later determined by agreement or a court of law. The Contractor shall keep accurate, detailed records of all Disputed Work, claims and other disputed matters. All claims arising out of or related to the Contract Documents or this Project, and the consideration and payment of such claims, are subject to the Government Claims Act (Government Code Section 810 et seq.) with regard to filing claims. All such claims are also subject to the dispute procedures set forth in Public Contract Code Section 9204 and Public Contract Code Section 20104, et seq. (Article 1.5), to the extent each is applicable. This Contract hereby incorporates those provisions as though fully set forth herein. Thus, the Contractor or any Subcontractor must file a claim in accordance with the Government Claims Act as a prerequisite to filing a construction claim in compliance with Section 9204 and Section 20104 et seq. (if applicable), and must then adhere to Section 20104, et seq. and Section 9204, as applicable, pursuant to the definition of “claim” as individually defined therein. c.Pursuant and subject to Public Contract Code Section 22300, the substitution of securities for any moneys withheld by the City to ensure performance under a contract is permitted. d.The City or its representative shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its billings to the City as a condition precedent to any payment to Contractor. Contractor will promptly furnish documents requested by the City. Additionally, pursuant to Government Code Section 8546.7, if this Agreement involves the expenditure of public funds in excess of ten thousand dollars ($10,000), Contractor shall be subject to State Auditor examination and audit at the request of the City or as part of any audit of the City, for a period of three (3) years after final payment under this Agreement. Trueline Construction & Surfacing, Inc.662625 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Bidder Name & CSLB No. C-5 e.Pursuant to Public Contract Code Section 7103.5, Contractor offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the California Business and Professions Code) arising from purchases of goods, services, or materials pursuant to the Agreement. This assignment shall be made and become effective at the time the City tenders final payment to Contractor without further acknowledgment by the parties. f.Pursuant to Public Contract Code Section 9201, the City has full authority to compromise or otherwise settle any claim relating to this Contract at any time. The City shall timely notify Contractor of the receipt of any third-party claim relating to the Contract. The City shall be entitled to recover its reasonable costs incurred in providing the notification required by Public Contract Code Section 9201(b). 8.NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of age, disability, race, color, religion, sex, sexual orientation or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 9.CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and satisfactorily performing the Work, the unit and/or lump sum prices, as applicable, set forth in the Contractor's bid. IN WITNESS WHEREOF, the parties hereto have caused these present to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License #: 662625 Contractor: Truline Construction & Surfacing, Inc. Address: P.O. Box 70269, Riverside, CA 92513 By: Janet Bangs, Vice President Signature Name &Title Date: By: Signature Name &Title Date: CITY OF RANCHO CUCAMONGA, CALIFORNIA By: Jennifer Hunt-Gracia, Community Services Director Date: Trueline Construction & Surfacing, Inc.662625 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D 5/7/2025 | 8:01 AM PDT 5/14/2025 | 12:50 PM PDT Bidder Name & CSLB No. C-6 Contractor's Business Phone Number: 951-817-0777 Emergency Name and Phone Number at which Contractor can be reached at any time: Janet Bangs - 951-817-0777 Trueline Construction & Surfacing, Inc.662625 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D LC-1 SPECIFICATIONS Removal of existing pickleball court surface; preparation and resurfacing of area specified by the City at Red Hill Park (7484 Vineyard Avenue, Rancho Cucamonga, CA 91730) for the area specified by the City. The contractor shall attach a proposal detailing how they will meet the project goals. Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D LC-2 CALIFORNIA LABOR CODE COMPLIANCE 1.Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works and the awarding public agency (“City”), and agrees to be bound by all the provisions thereof as though set forth in full herein. 2.This is a public work and requires the payment of prevailing wages for the work or craft in which the worker is employed for any public work done under the contract by Contractor or by any subcontractor pursuant to Section 1771 of the Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this contract from the Director of the Department of Industrial Relations. These rates are on file with the City Clerk or may be obtained at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. 3.Copies may be obtained at cost at the City Clerk's office. Contractor shall post a copy of such wage rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of Sections 1775, 1776, 1777.5, 1777.6, and 1813 of the Labor Code. Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the City, as a penalty, not more than $200.00 for each calendar day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this contract, by him or by any subcontractor under him, in violation of the provisions of this Agreement. 4.In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall 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, unless currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited exceptions for bid purposes only under Labor Code Section 1771.1(a)]. 5.Contractor agrees to comply with the provisions of California Labor Code Section 1776 which, among other things, require Contractor and each subcontractor to (1) keep accurate payroll records, (2) certify and make such payroll records available for inspection as provided by Section 1776, and (3) inform the City of the location of the records. The Contractor is responsible for compliance with Section 1776 by itself and all of its subcontractors. 6.Contractor agrees to comply with the provisions of California Labor Code Section 1777.5 concerning the employment of apprentices on public works projects, and further agrees that Contractor is responsible for compliance with Section 1777.5 by itself and all of its subcontractors. 7.Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the California Labor Code. Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D LC-3 8.California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Contractor hereby certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Date Signature 4..1.2025 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D ND-1 NONCOLLUSION DECLARATION FORM TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID [Public Contract Code Section 7106] The undersigned declares: I am the ______________________ of ____________________, the party making the foregoing Bid. The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The Bid is genuine and not collusive or sham. The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid. The Bidder has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or to refrain from bidding. 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. All statements contained in the Bid are true. 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, to any corporation, partnership, company, association, organization, Bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid, and has not paid, and will not pay, any Person or entity for such purpose. Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the Bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ___________ [date], at ___________________________________________ [city], ______________________ [state]. Signature: Printed Name: Date: Signature: Printed Name: Date: Vice President Trueline Construction & Surfacing, Inc. 4.1.2025 Riverside CA Janet Bangs 4.1.2025 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D A-1 Attachment A – Sample Additional Insured Endorsement, Ongoing Operations Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D A-2 Attachment B – Sample Additional Insured Endorsement, Completed Operations Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D A-3 Attachment C – Sample Waiver of Subrogation Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D PROPOSAL / CONTRACT NO. Date: 2/6/2025 10494 For: Project Name / Location City of Rancho Cucamonga Red Hill Park Pickleball Court Resurfacing P.O. Box 70269 Riverside, CA 92513-0269 TotalThe provisions set forth upon the second and third pages hereof and any other attached pages hereto are hereby incorporated in and made a part of this CONTRACT. I have been notified that I have the right to cancel within 3 days of signing this contract. IN WITNESS WHEREOF, the parties hereto have executed this CONTRACT the day and year set forth below. Janet Bangs, Vice President trueline40@outlook.com Date __________ Signature ____________________________________ Trueline is an approved applicator of Plexipave, Sportmaster, Guardian Crack Repair System and Armor Crack Repair System Contractors's License No. 662625 (A & C32) DIR No. 1000006579 Trueline is a member of ASBA, CPRS, CASBO & USTA CONTRACTOR AND OWNER AGREE AS FOLLOWS:QTY RATE TOTAL Resurface Pickleball Courts Full Court Surface Removal Grind entire court to a tight surface Dispose of Material. 3 1,930.00 5,790.00 Grind border area to remove slick areas Resurface Existing Pickleball Court(s) Power Wash Tennis Court (owner to provide water to contractor at no charge) Patch cracks and spalls. We cannot guarantee against the occurrence of any new spalls or pop outs. Grind displaced areas on cracks so both sides are fairly level. *Note* Cracks in Concrete and Asphalt will Return. A crack can be repaired, but it might come back. Structural cracks or hairline cracks will always come back and most of the time immediately. These can be repaired temporarily, but will ultimately come back. Cracks are formed due to the movement of the slab, expanding and contracting if there is a weak point in the slab itself. Even when the correct method of repair is done, the crack could re-appear the next day or never, as every court reacts differently in the movement of the slab itself. Apply Sportmaster black resurfacer coat, 100% latex acrylic, mixed with #60 silica to smooth out surface and provide a superior base for color coating Apply two coats of Sportmaster color System, (two tone included) 100% latex acrylic, mixed with #90 silica sand for a medium speed of play Stripe Play Lines, Sharp and Accurate to ASBA specs Lines to be white Latex Acrylic line paint, unless otherwise specified. Squeegee marks, lines or swirls are always visible in the application process, but will fade over time. Please be aware that your quote includes a total of two (2) color choice(s), not including the Bright Red or Tournament Purple. These are Premium Colors and would require an additional fee. 3 5,120.00 15,360.00 $21,150.00 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D 1. PRODUCT NAME: Color Concentrate 2. MANUFACTURER: ThorWorks Industries, Inc. 2520 S. Campbell St. Sandusky, OH 44870 Phone: 800-326-1994 Fax: 419-626-5477 www.thorworks.com Additional Plant Locations: SealMaster has a nationwide network of manufacturing and distribution facilities. Phone 1-800-395-7325 or visit www.sealmaster.net to find the location near you. 3. PRODUCT DESCRIPTION & BENEFITS: SportMaster Color Concentrate is a 100% acrylic emulsion coating designed for tennis courts and other sport and recreational pavement surfaces. Uses: Tennis courts, basketball courts, and other multipurpose pavement surfaces. Color: Forest Green, *Light Green, Dark Green, Beige, Brown, *Red, Maroon, Gray, and Blue. LEED: SS Credit 7.1: Heat Island Effect: Non-Roof *Specific colors may contribute toward LEED credits. 4. SURFACE PREPARATION: Pavement surface must be cleaned entirely of dust, dirt, and debris. Repair of pavement surface defects, depressions and cracks must be completed prior to application. All repairs must be flush and smooth to adjoining surfaces. New asphalt surfaces must cure 14 to 30 days prior to application. It is recommended that any uncoated asphalt surface receive one or more coats of Acrylic Resurfacer (Technical Bulletin CMT - 3) as required by surface roughness and porosity to provide a smooth, dense underlayment for application of color coatings. New concrete surfaces must cure 28 days prior to application. Concrete surfaces should have a medium broom finish or similar roughened texture. Etch surface with muriatic or phosphoric acid and apply SportMaster Acrylic Adhesion Promoter (Technical Bulletin CMT - 21), prior to color coating. 5. MIXING PROCEDURES: Mix materials to a smooth, uniform consistency. The following mix designs are based on 10 gallons of Color Concentrate for ease of calculation: Color Concentrate............10 Gallons Silica Sand ...................70 - 80 Pounds (80 - 100 mesh AFS) Water...........................5 - 6 Gallons 6. APPLICATION: Apply with a soft rubber squeegee. A minimum of two coats are recommended. 7. IMPORTANT: Stir material thoroughly before using. Temperature must be a minimum of 50°F. and rising before application. Do not apply when rain is imminent or forecast. Keep from freezing. Close container when not in use. 8. COVERAGE: Yield calculations are based on undiluted gallons of Color Concentrate and vary according to surface texture and porosity within the limits below: .05 to .08 gallons per square yard per coat 9. DRYING TIME: Color Concentrate dries in 30 to 60 minutes under optimum drying conditions. Low ambient or low surface temperature and high humidity increase drying time. 10. CAUTIONS: KEEP OUT OF REACH OF CHILDREN. Do not take internally. If swallowed, call a physician immediately. In case of contact with eyes, flush immediately with water for 15 minutes and call a physician. When not in use, keep containers tightly closed and upright to prevent leakage. 11. WARRANTY: The statements made on this technical bulletin are believed to be true and accurate, and are intended to provide a guide for approved construction practices. Manufacturer does not make, nor does it authorize any agent or representative to make any warranty, express or implied, concerning this material as workmanship, weather, construction, equipment utilized and other variables affecting results are all beyond our control. Manufacturer warrants only that the material conforms to product specifications and any liability to the buyer or user of this product is limited to the replacement value of the product only. In no event shall Manufacturer be liable for any injury, loss or damage, either direct or incidental, special or consequential, however arising, in connection with material or equipment furnished or work performed. Manufacturer shall not, in any manner, be liable for any defects, variations or change in condition in the substructure over which its products are installed. Copyright© 2009, SealMaster All rights reserved. ThorWorks Industries, Inc. P.O. Box 2277 Sandusky, OH 44870 Phone: 1-800-326-1994 FAX: 1-419-626-5477 www.sportmaster.net Se a l M a s t e r SP O R T S U R F A C I N G Ju l y 2 0 0 9 Su p e r s e d e s : C M T - 1 ( 7 / 0 4 ) , C M T - 1 ( 4 / 0 5 ) Co l o r C o n c e n t r a t e CM T - 1 Product Data: Color Concentrate CMT - 1 Revised: 7/09 Type ........................................................................................................Acrylic Emulsion Weight per gallon at 77°F.....................................................................9.2 ± .5 Odor .......................................................................................................Slight Ammonia Flammability...........................................................................................Non-Flammable Flash Point ..............................................................................................None Colors......................................................................................................Several Available Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D PRODUCT DESCRIPTION & BENEFITS Stripe-Rite is a 100% acrylic clear drying emulsion primer for line striping. Stripe-Rite is applied prior to SportMaster Line Paint to fill the minor voids between the masking tape and the court surface to assure crisp, razor sharp lines. USES For priming line markings on any asphalt, concrete or color coated surface. COLOR Milky White. Clear when dried. Chemical Characteristics % Weight (Nominal) Acrylic Emulsion 38.0 Hiding Pigment 0.0 Mineral Inert Fillers 7.0 Film Formers, Additives 1.5 Water 50.0 Product Data Type Acrylic Emulsion Pounds per gallon at 77°F 8.9 ± .5 % Non Volatile Material 29 ± 5 Odor Slight Ammonia Flammability Non-Flammable Flash Point None Storage Life One Year Colors Milky White, clear when dry SURFACE PREPARATION Pavement Surface must be cleaned of dust, dirt, debris and all loose material. APPLICATION Stripe-Rite can be applied by roller or brush. Allow Stripe-Rite to dry completely before applying SportMaster Line Paint. IMPORTANT Surface and air temperatures must be above 50°F (10°C) during application and for at least 24 hours after application. Stir before using. Do not apply when rain is imminent or forecast. Keep from freezing. Close container when not in use. DRYING TIME Thirty to sixty (30 to 60) minutes under optimum drying conditions. Indoor applications are substantially affected by temperature and available ventilation and will dry more slowly. COVERAGE 500 to 600 lineal feet of 2 inch line per gallon. CLEAN-UP Wash tools in water before material dries. CAUTIONS Do not store in direct sunlight or where temperatures exceed 100°F. Do not apply if rain is imminent or forecast. Keep from freezing. Close container when not in use. Refer to product Safety Data Sheet (SDS) for additional safety information and precautions. WARRANTY The statements made on this technical bulletin are believed to be true and accurate, and are intended to provide a guide for approved construction practices. Manufacturer does not make, nor does it authorize any agent or representative to make any warranty, express or implied, concerning this material as workmanship, weather, construction, equipment utilized and other variables affecting results are all beyond our control. Manufacturer warrants only that the material conforms to product specifications and any liability to the buyer or user of this product is limited to the replacement value of the product only. In no event shall Manufacturer be liable for any injury, loss or damage, either direct or incidental, special or consequential, however arising, in connection with material or equipment furnished or work performed. Manufacturer shall not, in any manner, be liable for any defects, variations or change in condition in the substructure over which its products are installed. Copyright© 2019, SportMaster All rights reserved. ThorWorks Industries, Inc. P.O. Box 2277 Sandusky, OH 44870 Phone: 1-800-326-1994 FAX: 1-419-626-5477 www.sportmaster.net REVISED 12/19 Technical Data Sheet STRIPE-RITE CMT-14 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D 1. PRODUCT NAME: Acrylic Adhesion Promoter 2. MANUFACTURER: ThorWorks Industries, Inc. 2520 S. Campbell St. Sandusky, OH 44870 Phone: 800-326-1994 Fax: 419-626-5477 www.thorworks.com Additional Plant Locations: SealMaster has a nationwide network of manufacturing and distribution facilities. Phone 1-800-395-7325 or visit www.sealmaster.net to find the location near you. 3. PRODUCT DESCRIPTION & BENEFITS: Acrylic Adhesion Promoter is a clear drying, one part water based acrylic emulsion. It is designed to prime asphalt and concrete pavement surfaces and promote the adhesion of SportMaster Acrylic Color Coating Products. Color: Blue. Clear when dry. 4. SURFACE PREPARATION: • Asphalt: Pavement surface must be cleaned entirely of dust, dirt, debris and all loose materials. Repair of pavement surface defects, depressions and cracks should be complete prior to application. • Concrete: New concrete surfaces must cure 28 days prior to application. Concrete surfaces should have a medium broom finish or similar roughened texture. Etch surface with phosphoric or muriatic acid and rinse thoroughly with water. Allow concrete to dry completely before applying Acrylic Adhesion Promoter. 5. MIXING PROCEDURES: Stir thoroughly before using. Apply Acrylic Adhesion Promoter as is. DO NOT DILUTE. 6. APPLICATION: Use roller, spray, or broom to apply. Apply a thin coat of Acrylic Adhesion Promoter at the rate of 200 - 300 square feet per gallon. Do not leave excess build-up of material on surface. Allow Acrylic Adhesion Promoter to dry completely before applying SportMaster Coating Products. 7. IMPORTANT: Stir before using. Temperatures must be above 50°F both during application and for a period of at least 24 hours after application. Do not apply when rain is imminent or forecast. Keep from freezing. Close container when not in use. 8. DRYING TIME: Forty-Five to Ninety (45 -90) minutes under optimum conditions. 9. COVERAGE: Approximately 200 - 300 square feet per gallon depending on surface porosity. 10. CAUTIONS: KEEP OUT OF REACH OF CHILDREN. Do not take internally. If swallowed, call a physician immediately. In case of contact with eyes, flush immediately with water for 15 minutes and call a physician. When not in use, keep containers tightly closed and upright to prevent leakage. 11. WARRANTY: The statements made on this technical bulletin are believed to be true and accurate, and are intended to provide a guide for approved construction practices. Manufacturer does not make, nor does it authorize any agent or representative to make any warranty, express or implied, concerning this material as workmanship, weather, construction, equipment utilized and other variables affecting results are all beyond our control. Manufacturer warrants only that the material conforms to product specifications and any liability to the buyer or user of this product is limited to the replacement value of the product only. In no event shall Manufacturer be liable for any injury, loss or damage, either direct or incidental, special or consequential, however arising, in connection with material or equipment furnished or work performed. Manufacturer shall not, in any manner, be liable for any defects, variations or change in condition in the substructure over which its products are installed. Copyright© 2010, SealMaster All rights reserved. ThorWorks Industries, Inc. P.O. Box 2277 Sandusky, OH 44870 Phone: 1-800-326-1994 FAX: 1-419-626-5477 www.sportmaster.net Se a l M a s t e r SP O R T S U R F A C I N G Fe b r u a r y 2 0 1 0 (S u p e r s e d e s C M T - 2 1 ( 1 0 / 0 2 ) , ( 0 7 / 0 4 ) , ( 4 / 0 5 ) Ac r y l i c A d h e s i o n P r o m o t e r CM T - 2 1 Classification..........................................................................................Acrylic Emulsion Weight per gallon at 77°F..................................................................... 8.7 ± .5 pounds Flammability..........................................................................................Non Flammable Flash Point..............................................................................................None Storage Life............................................................................................One Year Chemical Characteristics Acrylic Adhesion Promoter CMT - 21 Revised: 2/10 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D 1. PRODUCT NAME: Acrylic Crack Patch 2. MANUFACTURER: ThorWorks Industries, Inc. 2520 S. Campbell St. Sandusky, OH 44870 Phone: 800-326-1994 Fax: 419-626-5477 www.thorworks.com Additional Plant Locations: SealMaster has a nationwide network of manufacturing and distribution facilities. Phone 1-800-395-7325 or visit www.sealmaster.net to find the location near you. 3. PRODUCT DESCRIPTION & BENEFITS: Acrylic Crack Patch is a 100% acrylic trowel grade crack filler designed for filling cracks in asphalt or concrete surfaces, up to 1” wide. 4. USES: Asphalt or concrete tennis courts, basketball courts, play areas, and all-purpose sport surfaces. Color: Available in green, red, and neutral. 5. SURFACE PREPARATION: Cracks must be cleaned of dust, dirt, and debris including vegetation. Blow clean with air compressor or high pressure washer. 6. MIXING PROCEDURES: Use as is. DO NOT DILUTE. 7. APPLICATION: Work Acrylic Crack Patch down into crack using rectangular trowel or hand held scraper. Wipe off excess material with damp cloth before it dries to prevent material buildup on court surface. 8. IMPORTANT: Stir before using. Temperatures must be above 50°F both during application and for a period of at least 24 hours after application. Do not apply when rain is imminent or forecast. Keep from freezing. Close container when not in use. 9. DRYING TIME: 24 hours depending on thickness of applied material. 10. COVERAGE: Typically one gallon will fill approximately 75-150 feet of cracks depending on depth and width of crack. 11. CAUTIONS: KEEP OUT OF REACH OF CHILDREN. Do not take internally. If swallowed, call a physician immediately. In case of contact with eyes, flush immediately with water for 15 minutes and call a physician. When not in use, keep containers tightly closed and upright to prevent leakage. 12. WARRANTY: The statements made on this technical bulletin are believed to be true and accurate, and are intended to provide a guide for approved construction practices. Manufacturer does not make, nor does it authorize any agent or representative to make any warranty, express or implied, concerning this material as workmanship, weather, construction, equipment utilized and other variables affecting results are all beyond our control. Manufacturer warrants only that the material conforms to product specifications and any liability to the buyer or user of this product is limited to the replacement value of the product only. In no event shall Manufacturer be liable for any injury, loss or damage, either direct or incidental, special or consequential, however arising, in connection with material or equipment furnished or work performed. Manufacturer shall not, in any manner, be liable for any defects, variations or change in condition in the substructure over which its products are installed. Copyright© 2009, SealMaster All rights reserved. ThorWorks Industries, Inc. P.O. Box 2277 Sandusky, OH 44870 Phone: 1-800-326-1994 FAX: 1-419-626-5477 www.sportmaster.net % Weight (minimum) Acrylic Emulsion 10.0 Hiding Pigment .2 Mineral Inert Fillers 78.0 Film Formers, Additives 1.8 Water 8.5 Chemical Characteristics Type Acrylic Emulsion Pounds per Gallon @ 77° F.15.2 ± 1 % Non Volatile Material 80 ± 5 Odor Slight Ammonia Flammability Non-Flammable Flash Point None Storage Life One Year Colors Several Available Product Data Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D 1. PRODUCT NAME: Acrylic Resurfacer 2. MANUFACTURER: ThorWorks Industries, Inc. 2520 S. Campbell St. Sandusky, OH 44870 Phone: 800-326-1994 Fax: 419-626-5477 www.thorworks.com Additional Plant Locations: SealMaster has a nationwide network of manufacturing and distribution facilities. Phone 1-800-395-7325 or visit www.sealmaster.net to find the location near you. 3. PRODUCT DESCRIPTION & BENEFITS: SportMaster Acrylic Resurfacer is 100% acrylic emulsion resurfacer designed for on site mixing with silica sand. Acrylic Resurfacer reduces surface porosity allowing for application of an even, full depth color, playing surface. 4. USES: SportMaster Acrylic Resurfacer is applied to asphalt or concrete surfaces in preparation for SportMaster color finish systems. Color: Available in Black and Neutral. 5. SURFACE PREPARATION: Pavement surface must be cleaned entirely of dust, dirt, debris and all loose materials. New asphalt must cure 30 days before application. Repair of pavement surface defects, depressions and cracks must be completed prior to application. All repairs must be flush and smooth to adjoining surfaces. 6. MIXING PROCEDURES: • For Use As A Coating - Use the following mix design (based on 55 gallons of Acrylic Resurfacer for ease of calculation): Acrylic Resurfacer..............55 Gallons Silica Sand (50 - 60 mesh).........800 lbs. Water....................................33 Gallons • For Use As A Patching Material - Acrylic Resurfacer may be modified with the following mix design. Patching Mix for applications up to 1/4” lifts: Acrylic Resurfacer..............10 Gallons Water......................................5 Gallons Sand........................................200 lbs. Cement........................1/2 Gallon (Always mix cement thoroughly with a small amount of water before adding to patching mix) NOTE: Silica Sand used in patching should be AFS fineness 30 to 40 mesh. 7. APPLICATION: Apply Acrylic Resurfacer with a soft rubber squeegee. Apply successive coats in cross directions. Scrape all rough spots and ridges before applying the next coat. Apply one or two coats, depending on surface porosity and condition. Two coats are recommended on new or uncoated asphalt. 8. IMPORTANT: Stir material thoroughly before using. Temperature must be a minimum of 50° F. and rising before application. Do not apply when rain is imminent or forecast. Keep from freezing. Close container when not in use. 9. DRYING TIME: 30 to 60 minutes under optimum drying conditions. 10. COVERAGE: Yield calculations are based on undiluted gallons of SportMaster Acrylic Resurfacer and will vary according to surface texture and porosity within the limits below: .07 to .09 gallons per square yard per coat. 11. CAUTIONS: KEEP OUT OF REACH OF CHILDREN. Do not take internally. If swallowed, call a physician immediately. In case of contact with eyes, flush immediately with water for 15 minutes and call a physician. When not in use, keep containers tightly closed and upright to prevent leakage. 12. WARRANTY: The statements made on this technical bulletin are believed to be true and accurate, and are intended to provide a guide for approved construction practices. Manufacturer does not make, nor does it authorize any agent or representative to make any warranty, express or implied, concerning this material as workmanship, weather, construction, equipment utilized Se a l M a s t e r SP O R T S U R F A C I N G Au g u s t 2 0 0 9 (S u p e r s e d e s C M T - 3 ( 7 / 0 4 ) , C M T - 3 ( 4 / 0 5 ) Ac r y l i c R e s u r f a c e r CM T - 3 % Weight (minimum) Acrylic Emulsion 44.0 Hiding Pigment 2.0 Mineral Inert Fillers 5.0 Film Formers, Additives .2 Water 45.0 Chemical Characteristics Acrylic Resurfacer CMT - 3 Revised: 8/09 Type Acrylic Emulsion Pounds per Gallon @ 77° F.8.5 ± .5 % Non Volatile Material 27.5 ± 5.0 Odor Slight Ammonia Flammability Non-Flammable Flash Point None Storage Life One Year Product Data Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D and other variables affecting results are all beyond our control. Manufacturer warrants only that the material conforms to product specifications and any liability to the buyer or user of this product is limited to the replacement value of the product only. In no event shall Manufacturer be liable for any injury, loss or damage, either direct or incidental, special or consequential, however arising, in connection with material or equipment furnished or work performed. Manufacturer shall not, in any manner, be liable for any defects, variations or change in condition in the substructure over which its products are installed. Copyright© 2009, SealMaster All rights reserved. ThorWorks Industries, Inc. P.O. Box 2277 Sandusky, OH 44870 Phone: 1-800-326-1994 FAX: 1-419-626-5477 www.sportmaster.net Acrylic Resurfacer Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D 1. PRODUCT NAME: Neutral Concentrate 2. MANUFACTURER: ThorWorks Industries, Inc. 2520 S. Campbell St. Sandusky, OH 44870 Phone: 800-326-1994 Fax: 419-626-5477 www.thorworks.com Additional Plant Locations: SealMaster has a nationwide network of manufacturing and distribution facilities. Phone 1-800-395-7325 or visit www.sealmaster.net to find the location near you. 3. PRODUCT DESCRIPTION & BENEFITS: SportMaster- Neutral Concentrate is a 100% acrylic emulsion coating formulated for tennis courts and other sport and recreational pavement surfaces. Neutral Concentrate is designed to be mixed with SportMaster ColorPlus pigment dispersion to achieve desired color. Uses: Tennis courts, basketball courts, and other multipurpose pavement surfaces. Color: Neutral. Desired color is achieved by mixing ColorPlus pigment dispersion with Neutral Concentrate. Surface Preparation: Pavement surface must be cleaned entirely of dust, dirt, and debris. Repair of pavement surface defects, depressions and cracks must be completed prior to application. All repairs must be flush and smooth to adjoining surfaces. New asphalt surfaces must cure 14 to 30 days prior to application. It is recommended that any uncoated asphalt surface receive one or more coats of Acrylic Resurfacer (Technical Bulletin CMT - 3) as required by surface roughness and porosity to provide a smooth, dense underlayment for application of color coatings. New concrete surfaces must cure 28 days prior to application. Concrete surfaces should have a medium broom finish or similar roughened texture. Etch surface with muriatic or phosphoric acid and apply SportMaster Acrylic Adhesion Promoter (Technical Bulletin CMT - 21). 4. MIXING PROCEDURES: Mix in the following order for 55 gallon drum of Neutral Concentrate: SportMaster Neutral Concentrate.......55 gallons SportMaster ColorPlus..........4 gallons Water.............................28-33 gallons Silica Sand (80 to 100 mesh).....400 lbs. Mix in the following order for 30 gallon keg of Neutral Concentrate: SportMaster Neutral Concentrate.......30 gallons SportMaster ColorPlus..........2 gallons Water.............................15-18 gallons Silica Sand (80 to 100 mesh).....200 lbs. Neutral Concentrate can also be used as a resurfacer by using the following mix design: SportMaster Neutral Concentrate.......55 gallons Water.............................28-33 gallons Silica Sand (50 to 60 mesh)......600 lbs. SportMaster Neutral Concentrate.......30 gallons Water.............................15-18 gallons Silica Sand (50 to 60 mesh)......300 lbs. Note: Mix thoroughly to ensure complete dispersion of ColorPlus. 5. APPLICATION: Apply mixed coating with a soft rubber squeegee. A minimum of two coats are recommended. 6. IMPORTANT: Stir material thoroughly before using. Temperature must be a minimum of 50° F. and rising before application. Do not apply when rain is imminent or forecast. Keep from freezing. Close container when not in use. 7. COVERAGE: Yield calculations are based on undiluted gallons of Neutral Concentrate and vary according to surface texture and porosity within the limits below: .05 to .07 gallon per square yard per coat 8. DRYING TIME: Neutral Concentrate dries in 30 to 60 minutes under optimum drying conditions. Allow each coat of material to dry thoroughly before applying successive coats. Low ambient or low surface temperature and high humidity increase drying time. Allow coating to cure for 48 hours before opening up for play. 9. CAUTIONS: KEEP OUT OF REACH OF CHILDREN. Do not take internally. If swallowed, call a physician immediately. In case of contact with eyes, flush immediately with water for 15 minutes and call a physician. When not in use, keep containers tightly closed and upright to prevent leakage. 10. WARRANTY: The statements made on this technical bulletin are believed to be true and accurate, and are intended to provide a guide for approved construction practices. Manufacturer does not make, nor does it authorize any agent or representative to make any warranty, express or implied, concerning this material as workmanship, weather, construction, equipment utilized and other variables affecting results Se a l M a s t e r SP O R T S U R F A C I N G Au g u s t 2 0 0 9 (S u p e r s e d e s C M T - 3 8 ( 7 / 0 4 ) , C M T - 3 8 ( 4 / 0 5 ) Ne u t r a l C o n c e n t r a t e CM T - 3 8 Type..........................................................................................Acrylic Emulsion Pounds per Gallon..................................................................8.8 ± .5 Odor.........................................................................................Slight Ammonia Flammability............................................................................Non-Flammable Flash Point................................................................................None Product Data: Neutral Concentrate CMT - 38 Revised: 8/09 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D are all beyond our control. Manufacturer warrants only that the material conforms to product specifications and any liability to the buyer or user of this product is limited to the replacement value of the product only. In no event shall Manufacturer be liable for any injury, loss or damage, either direct or incidental, special or consequential, however arising, in connection with material or equipment furnished or work performed. Manufacturer shall not, in any manner, be liable for any defects, variations or change in condition in the substructure over which its products are installed. Copyright© 2009, SealMaster All rights reserved. ThorWorks Industries, Inc. P.O. Box 2277 Sandusky, OH 44870 Phone: 1-800-326-1994 FAX: 1-419-626-5477 www.sportmaster.net Neutral Concentrate Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 1/8/2025 Foundation Risk Partners dba Millennium Risk Mgmt &Ins Services 301 E Colorado Blvd Ste 205 Pasadena CA 91101 Nancy Barajas 818-844-4107 818-638-7907 nancyb@mcsins.com License#:0M93299 Mt.Hawley Insurance Company 37974 TRUECON-01 Ohio Security Insurance Company 24082TruelineConstruction&Surfacing,Inc. P.O.Box 70269 Riverside CA 92513 Everest Premier Insurance Company 16045 780010228 A X 1,000,000 X 50,000 5,000 1,000,000 2,000,000 X Y Y MGL0200608 7/25/2024 7/25/2025 2,000,000 Employee Benefits 1,000,000 B 1,000,000 X X X X COMP-$1K X COLL-$1K Y Y BAS56945605 7/25/2024 7/25/2025 A X 4,000,000 X MXL0439325 7/25/2024 7/25/2025 4,000,000 X 0 C XY76000166182417/25/2024 7/25/2025 1,000,000 1,000,000 1,000,000 B Business Personal Property BKS56945605 7/25/2024 7/25/2025 Limit Deductible 87,272 1,000 Subject to all policy terms,exclusions and conditions. Re:Project No.PW 2025-101,Day Creek Park Tennis Court Resurface. City of Rancho Cucamonga,its elected officials,officers,volunteers,agents and employees,and any other parties specified in the bid documents to be so included,where required by written contract,are named as additional insured for General Liability for ongoing &completed operations with primary wording; addl insured for Auto Liability;with waiver of subrogation for GL,Auto and WC;all per forms attached for review.*30 day notice of cancellation/10 days notice for non-payment of premium. City of Rancho Cucamonga 10500 Civic Center Rancho Cucamonga CA 91730 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Millennium Risk Management & Insurance Services 25 Certificate of Liability Insurance: Notes Rented/Leased Equipment: Carrier: Ohio Security Ins Company / Policy#: BKS56945605 / Term: 07/25/2024 to 07/25/2025 / Limit: $25,000 with $1,000 deductible Pollution Liability: Carrier: Hanover Specialty Ins Brokers, Inc. / Policy Term: 7/25/2024 - 7/25/2025 / Pol#: SPEC207-02 / Limit: Each Pollution Condition - $1,000,000 w/ $5,000 deductible ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D AC 85 43 06 18 © 2018 Liberty Mutual Insurance Page 1 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: COMMERCIAL AUTO AC 85 43 06 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CALIFORNIA BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. If the policy to which this endorsement is attached also contains a Business Auto Coverage Enhancement Endorsement with a specific state named in the title, this endorsement does not apply to vehicles garaged in that specified state. COVERAGE INDEX SUBJECT PROVISION NUMBER ACCIDENTAL AIRBAG DEPLOYMENT 12 ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 20 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 14 BODILY INJURY REDEFINED 24 EMPLOYEES AS INSUREDS (Including Employee Hired Auto) 2 EXTRA EXPENSE – BROADENED COVERAGE 10 GLASS REPAIR – WAIVER OF DEDUCTIBLE 16 HIRED AUTO COVERAGE TERRITORY 22 HIRED AUTO PHYSICAL DAMAGE (Including Employee Hired Auto) 6 LOAN / LEASE GAP (Coverage Not Available In New York) 15 NEWLY FORMED OR ACQUIRED SUBSIDIARIES 1 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 17 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE – ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 PHYSICAL DAMAGE DEDUCTIBLE – VEHICLE TRACKING SYSTEM 13 PRIMARY AND NON–CONTRIBUTORY – WRITTEN CONTRACT OR WRITTEN AGREEMENT 23 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 TWO OR MORE DEDUCTIBLES 18 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 19 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 21 SECTION II – LIABILITY COVERAGE is amended as follows: 1.NEWLY FORMED OR ACQUIRED SUBSIDIARIES SECTION II – LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": d.Any legally incorporated subsidiary of which you own more than 50 percent interest during the policy period. Coverage is afforded only for 90 days from the date of acquisition or formation. However, "insured" does not include any organization that: BAS56945605 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Page 2 of 9 © 2018 Liberty Mutual Insurance AC 85 43 06 18 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1)Is a partnership or joint venture; or (2)Is an "insured" under any other automobile policy except a policy written specifically to apply in excess of this policy; or (3)Has exhausted its Limit of Insurance or had its policy terminated under any other automobile policy. Coverage under this provision d. does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II – LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": e.Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any "employee". f.Any "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee’s" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II – LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": g.Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, written agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1)Only with respect to the operation, maintenance or use of a covered "auto"; (2)Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or written agreement, or the permit has been issued to you; and (3)Only for the duration of that contract, agreement or permit. The "insured" is required to submit a claim to any other insurer to which coverage could apply for defense and indemnity. Unless the "insured" has agreed in writing to primary noncontributory wording per enhancement number 24, this policy is excess over any other collectible insurance. 4. SUPPLEMENTARY PAYMENTS SECTION II – LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, Paragraphs (2) and (4) are replaced by the following: (2)Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4)All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D AC 85 43 06 18 © 2018 Liberty Mutual Insurance Page 3 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow "employees" are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION II – LIABILITY, Exclusion B.5. Fellow Employee does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire if you have workers compensation insurance in force for all of your "employees" at the time of "loss". This coverage is excess over any other collectible insurance. SECTION III – PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III – PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos": a.You hire, rent or borrow; or b.Your "employee" hires or rents under a written contract or agreement in that "employee’s" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: a.The most we will pay for "loss" in any one "accident" or "loss" is the smallest of: (1)$50,000; or (2)The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3)The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. b.The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. c.Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. d.Subject to a maximum of $1,000 per "accident", we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. e.This coverage extension does not apply to: (1)Any "auto" that is hired, rented or borrowed with a driver; or (2)Any "auto" that is hired, rented or borrowed from your "employee" or any member of your "employee’s" household. Coverage provided under this extension is excess over any other collectible insurance available at the time of "loss". Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Page 4 of 9 © 2018 Liberty Mutual Insurance AC 85 43 06 18 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 7. TOWING AND LABOR SECTION III – PHYSICAL DAMAGE COVERAGE, Paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: a.For private passenger type vehicles, we will pay up to $75 per disablement. b.For "light trucks", we will pay up to $75 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or less. c.For "medium trucks", we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 – 20,000 pounds. However, the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE – ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a. Coverage Extensions, Transportation Expenses of SECTION III – PHYSICAL DAMAGE COVERAGE, is amended to provide a limit of $50 per day and a maximum limit of $1,500. 9. RENTAL REIMBURSEMENT SECTION III – PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: a.W e will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b.Rental Reimbursement requires the rental of a comparable or lesser vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c.W e will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". This limit is excess over any other collectible insurance. d.This coverage does not apply unless you have a business necessity that other "autos" available for your use and operation cannot fill. e.If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f.No deductible applies to this coverage. g.The insurance provided under this extension is excess over any other collectible insurance. If this policy also provides Rental Reimbursement Coverage you purchased, the coverage provided by this Enhancement Endorsement is in addition to the coverage you purchased. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11.B. Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D AC 85 43 06 18 © 2018 Liberty Mutual Insurance Page 5 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 10. EXTRA EXPENSE – BROADENED COVERAGE Under SECTION III – PHYSICAL DAMAGE COVERAGE, A. Coverage, we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 11. PERSONAL EFFECTS COVERAGE A.SECTION III – PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B.SECTION V – DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an "insured." "Personal effects" does not include tools, equipment, jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III – PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer’s warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. 13. PHYSICAL DAMAGE DEDUCTIBLE – VEHICLE TRACKING SYSTEM SECTION III – PHYSICAL DAMAGE COVERAGE, D. Deductible, is amended by adding the following: Any Comprehensive Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global position device and that device was the method of recovery of the vehicle. 14. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III – PHYSICAL DAMAGE COVERAGE, B. Exclusions, Paragraph a. of the exception to exclusions 4.c. and 4.d. is deleted and replaced with the following: Exclusions 4.c. and 4.d. do not apply to: a.Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is: (1)Permanently installed in the covered "auto" at the time of the "loss" or removable from a housing unit that is permanently installed in the covered "auto"; and (2)Designed to be solely operated by use from the power from the "auto's" electrical system; and (3)Physical damage coverages are provided for the covered "auto". If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a $100 deductible. Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Page 6 of 9 © 2018 Liberty Mutual Insurance AC 85 43 06 18 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 15. LOAN / LEASE GAP COVERAGE (Not Applicable In New York) A. Paragraph C. Limit Of Insurance of SECTION III – PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1.Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a.Overdue payments and financial penalties associated with those payments as of the date of the "loss"; b.Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear; c.Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; d.Transfer or rollover balances from previous loans or leases; e.Final payment due under a "Balloon Loan"; f.The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto"; g.Security deposits not refunded by a lessor; h.All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto"; i.Any amount representing taxes; j.Loan or lease termination fees; or 2.The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. B. Additional Conditions This coverage applies only to the original loan for which the covered "auto" that incurred the "loss" serves as collateral, or lease written on the covered "auto" that incurred the "loss". C.SECTION V – DEFINITIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D AC 85 43 06 18 © 2018 Liberty Mutual Insurance Page 7 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 16. GLASS REPAIR – WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III – PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 17. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III – PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a.In the charge of an "insured"; b.Legally parked; and c.Unoccupied. The "loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. 18. TWO OR MORE DEDUCTIBLES Under SECTION III – PHYSICAL DAMAGE COVERAGE, if two or more company policies or coverage forms apply to the same "accident", the following applies to Paragraph D. Deductible: a.If the applicable Business Auto deductible is the smaller (or smallest) deductible, it will be waived; or b.If the applicable Business Auto deductible is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible; or c.If the "loss" involves two or more Business Auto coverage forms or policies, the smaller (or smallest) deductible will be waived. For the purpose of this endorsement, company means any company that is part of the Liberty Mutual Group. SECTION IV – BUSINESS AUTO CONDITIONS is amended as follows: 19. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV– BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Page 8 of 9 © 2018 Liberty Mutual Insurance AC 85 43 06 18 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 20. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS SECTION IV – BUSINESS AUTO CONDITIONS, Paragraph A.2.a. is replaced in its entirety by the following: a.In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to: (1)You, if you are an individual; (2)A partner, if you are a partnership; (3)Member, if you are a limited liability company; (4)An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (a)How, when and where the "accident" or "loss" took place; (b)The "insured's" name and address; and (c)The names and addresses of any injured persons and witnesses. 21. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV – BUSINESS AUTO CONDITIONS, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us, is amended by the addition of the following: If the person or organization has in a written agreement waived those rights before an "accident" or "loss", our rights are waived also. 22. HIRED AUTO COVERAGE TERRITORY SECTION IV – BUSINESS AUTO CONDITIONS, Paragraph B.7. Policy Period, Coverage Territory, is amended by the addition of the following: f.For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the "insured’s" responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. 23. PRIMARY AND NON–CONTRIBUTING IF REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT The following is added to SECTION IV – BUSINESS AUTO CONDITIONS, General Conditions, B.5. Other Insurance and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1.Such "insured" is a Named Insured under such other insurance; and 2.You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D AC 85 43 06 18 © 2018 Liberty Mutual Insurance Page 9 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. SECTION V – DEFINITIONS is amended as follows: 24. BODILY INJURY REDEFINED Under SECTION V – DEFINITIONS, Definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or re- pairs) to be performed by or on behalf of the addi- tional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. A. Section II – Who Is An Insured is amended to in- clude as an additional insured the person(s) or organi- zation(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the in- surance afforded to such additional insured will CG 20 10 04 13 Page 1 of 2© Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Location(s) Of Covered Operations: SCHEDULE Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Name Of Additional Insured Person(s) Or Organization(s): All persons or organizations where required by written contract executed prior to the commencement of your work. All Locations Mt. Hawley Insurance Company Insured Policy Number: MGL0200608 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or Page 2 of 2© Insurance Services Office, Inc., 2012CG 20 10 04 13 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Insured Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 04 13 Page 1 of 1© Insurance Services Office, Inc., 2012 Name of Additional Insured Person(s) or Organization(s) ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS SCHEDULE A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not not be broader than that which you are required by the contract or agreement to provide for such additional insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Location and Description of Completed Operations B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is re- quired by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All persons or organizations where required by written contract executed prior to the commencement of your work. All Locations and All Projects Mt. Hawley Insurance Company Insured Policy Number: MGL0200608 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek con- tribution from any other insurance available to an additional insured under your policy provided that: (1)The additional insured is a Named Insured under such other insurance; and (2)You have agreed in writing in a contract or agree- ment that this insurance would be primary and would not seek contribution from any other in- surance available to the additional insured. PRIMARY AND NONCONTRIBUTORY – OTHER INSURANCE CONDITION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 01 04 13 Page 1 of 1© Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART Mt. Hawley Insurance Company Insured Policy Number: MGL0200608 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) Policy Number: MGL0200608 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 Page 1 of 1 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Name of Person(s) or Organization(s): SCHEDULE © Insurance Services Office, Inc., 2018 All persons or organizations where required by written contract Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Trueline Construction & Surfacing Inc - Pol#: 7600016618241Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D 2.12.2025 Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D Docusign Envelope ID: 964D3F33-3A2C-425A-9A40-6D0F0BDA0A8D