HomeMy WebLinkAboutCO 2025-009 - New Image Commercial Flooring2025—009
February 5, 2025
Biane Library First Floor Staff Area and
Friends of the Library Flooring Installation
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
PW Bid Form Open Market Projects rev July 6, 2021
January 30, 2025
New Image Commercial Flooring (“Contractor” or “bidder”)
Attn: Hernando Delgado
Address: 10444 Corporate Dr.
Redlands, CA, 92374
SUBJECT: REQUEST FOR OPEN MARKET PUBLIC WORKS BID
Biane Library First Floor Flooring Installation ($60,000 or less)
Dear New Image Flooring:
The City of Rancho Cucamonga invites your proposal for providing Biane Library First Floor Staff Area and Friends
of the Library Flooring Installation 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: Wess Garcia, 12505 Cultural Center Dr.,
Rancho Cucamonga, CA, 91739, on or before 2:00 p.m. on February 28, 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 new flooring (removal of current flooring and replace with flooring and
adhesives).
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.
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
PW Bid Form Open Market Projects rev July 5, 2022
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 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 C15, Flooring and
Floor Covering, 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.
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
PW Bid Form Open Market Projects rev July 5, 2022
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. Thereafter, Contractor
shall complete the work within 30 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) 774-3973 or email at
Wess.Garcia@CityofRC.us.
Sincerely,
LIBRARY SERVICES
Wess Garcia
Library Director
Attachments:
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
3/11/2025 | 6:40 PM PDT
PW Bid Form Open Market Projects rev July 5, 2022
(1) Bid Proposal Form
(2) Contract Agreement
(3) Specifications
(4) California Labor Code Compliance
(5) Non-Collusion Declaration
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
New Image Commercial Flooring 814454 Bidder Name & CSLB No.
P-1
BID PROPOSAL FORM
FOR
“Biane Library First Floor Flooring Installation”
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. Carpet Tile 1 - (sy) materials and labor 376.4
2. Carpet Tile 1 - (sy) materials only-coverage 35
3. Adhesive - (4gall pails) carpet tile adhesive 5
4. Carpet Tile 2 - (sy) materials and labor 77.74
5. Carpet Tile 2 - (sy) materials only-coverage 7.4
6. Floor Prep – (sf) sand and fill expansion joints 4077
7. Rubber Base – (If) material and labor – 4” 800
8. Vinyl Transition - (If) resilient flooring to carpet tile 24
9. Demo – (sy) remove and haul away existing carpet 4077
10. Furniture – (sf) move and replace office furniture/lift 4077
11. Carpet Tile B603 PACIFIC - (sy) materials only-6 cartons 35.88
12. Carpet Tile B602 PACIFIC - (sy) materials only-1 cartons 5.98
13. Carpet Tile B601 PACIFIC - (sy) materials only-2 cartons 11.96
14. Carpet Tile 404 CARIBBEAN - (sy) materials only-7
cartons
41.86
15. Carpet Tile 404 NICK CARIBBEAN - (sy) materials only-
1 cartons
5.98
16. Carpet Tile 404 NICK CLEMENTINE - (sy) materials only-
1 cartons
5.98
17. Carpet Tile 404 CLEMENTINE - (sy) materials only-1
cartons
5.98
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
New Image Commercial Flooring 814454 Bidder Name & CSLB No.
P-2
Item
No. Description Qty. Unit Unit Price Price
18. Carpet Tile 404 NICKEL MOSS - (sy) materials only-1
cartons
5.98
19. Carpet Tile 404 MOSS - (sy) materials only-14 cartons 83.72
20. Bonds – Payment Performance 1
21. Freight 1
TOTAL AMOUNT IN NUMBERS: ___________________________________________________________________________
TOTAL AMOUNT IN WORDS: _____________________________________________________________________________
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
New Image Commercial Flooring 814454 Bidder Name & CSLB No.
P-3
Bdder Information for Biane Library First Floor Flooring Installation
Company Name:
New Image Commercial Flooring
Company Address:
New Image Commercial Flooring
P.O. Box 10536
San Bernardino, CA 92423 CSLB No:
814454
DIR No:
1000002938
Telephone No:
909-796-8541
Email Address:
Newimageflooring1@contractor.net
Web Address:
Newimagefloors.com
Authorized Representative (Print):
Hernando Delgado
Title:
President
Signature:
Date:
Vendor routing for contract signatures via DocuSign
Name Title Email
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
3/5/2025 | 4:23 PM MST
New Image Commercial Flooring 814454 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 New Image Commercial Flooring, a Flooring 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 “Biane
Library First Floor Staff Area and Friends of the Library Flooring Installation” 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 January 23, 2025 and any
addendums thereto, 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
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
New Image Commercial Flooring 814454 Bidder Name & CSLB No.
C-2
time during the life of this contract the following policies of insurance:
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.
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
New Image Commercial Flooring 814454 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.
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
New Image Commercial Flooring 814454 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 Exhibit “A” 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 writing 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.
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
New Image Commercial Flooring 814454 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 #: 814454
Contractor: New Image Commercial Flooring
Address: New Image Commercial Flooring, P.O. Box 10536, San Bernardino, CA 92423
By:
Signature Name &Title
Date:
By:
Signature Name &Title
Date:
CITY OF RANCHO CUCAMONGA, CALIFORNIA
By:
Wess Garcia, Library Director
Date:
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
3/5/2025 | 4:23 PM MST
Hernando DelgadoPresident
3/11/2025 | 6:40 PM PDT
New Image Commercial Flooring 814454 Bidder Name & CSLB No.
C-6
Contractor's Business Phone Number: ______909-796-8541________________.
Emergency Name and Phone Number at which Contractor can be reached at any time: ____________
__________________________________________________________________________________
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
LC-1
SPECIFICATIONS
GENERAL SCOPE OF WORK: This is a flooring replacement project for the Paul A. Biane Library first floor (12505
Cultural Center Dr. Rancho Cucamonga, CA 91739) with Interface flooring product, and installer shall furnish all
necessary labor, tools, materials (i.e., baseboards, carpet, transitions), appliances, and equipment to complete the
Project.
We anticipate that product will be delivered to installer’s warehouse and installation to start the week of March
24, 2025. The Library will be closed to the public during the flooring installation of the Public facing desk; and
plans to be open to the public during all other phases of installation. Library staff and moving personnel will be in
the building during at all times.
Library staff and Public Works staff will remove all shelving, books, furniture, etc. Removal of library shelving will
need to occur in stages and concurrently with installation. For example, shelving from the Friends of the Library
bookstore area, will be unbolted by Public Works staff, the flooring vendor and Public Works staff will work
together to shift the shelving off to the side so that flooring can be removed and new flooring installed. Shelving
attached to walls will remain and flooring is to be installed under the bottom shelf.
Project quote shall include costs for current carpet removal and disposal, floor preparation, carpet, adhesives,
installation of new carpet, receipt and storage of product delivered by fabricator to installer’s warehouse,
procurement and installation of vinyl baseboards and outlet covers, taxes, other miscellaneous costs.
See attached for styles and approximate quantities.
Carpet and adhesive quantities to be verified by installer.
Baseboards will be purchased by installer and based on the designer’s recommendations.
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
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: 2B970365-761E-4228-AA13-F5075D039A8E
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
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
3/5/2025 | 4:23 PM MST
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 President of New Image Commercial Flooring, 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:
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
3/5/2025 | 4:23 PM MST
Hernando Delgado
CaliforniaSan Bernardino
3/5/2025 | 4:23 PM MST
A-1
Attachment A – Sample Additional Insured Endorsement, Ongoing Operations
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
A-2
Attachment B – Sample Additional Insured Endorsement, Completed Operations
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
A-3
Attachment C – Sample Waiver of Subrogation
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E
A-4
Docusign Envelope ID: 2B970365-761E-4228-AA13-F5075D039A8E