Loading...
HomeMy WebLinkAboutCO 2026-116 - NoLimit ConstructionCITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT CONTRACT NOLIMIT CONSTRUCTION FOR PAUL A. BIANE LIBRARY AUTOMATIC DOOR REPLACEMENT PROJECT (PW 2025-149) AWARD DATE: January 14, 2026 City of Rancho C ucamonga CONTRACT NUMBER 202ϲ-116 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE October 30, 2025 SUBJECT: REQUEST FOR INFORMAL PUBLIC WORKS BID Paul A. Biane Library Automatic Door Replacement Project Project No. PW 2025-149 To whom it may concern, The City of Rancho Cucamonga invites your proposal for the Paul A. Biane Library Automatic Door Replacement Project within the City of Rancho Cucamonga. This is a request for an informal bid made pursuant to Public Contract Code Section 22032(b) and R.C.M.C Section 3.08.110.B.2. Your proposal must actually be received in the City’s Community Services Department, attention: Ryan Samples, via listed email: Ryan.Samples@cityofrc.us on or before 5:00 p.m. on Thursday, November 20, 2025. Late bids will not be opened and will be returned to the bidder. 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.Removal of four (4) manual entry doors to be replaced with four (4) new Bi-Part glass and aluminum automatic sliding storefront doors. 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 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. Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE 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 C-61/D- 28 (Doors, Gates, and Activating Devices) or B (General Building), 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. Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE 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 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 Twenty-Eight Hundred ($2,800) 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: Contractors submit bids via email attachment, provided that the bids are properly 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 1-909-774-2213 or email at Ryan.Samples@CityofRC.us. Sincerely, PUBLIC WORKS SERVICES Ryan Samples Community Service Supervisor Attachments: (1)Bid Proposal Form (2)Contract Agreement (3)Specifications (4)California Labor Code Compliance (5)Non-Collusion Declaration Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Bidder Name & CSLB No. P-1 B I D P R O P O S A L F O R M FOR "Paul A. Biane Library Automatic Door Replacement Project" 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.Mobilization 1 LS 2.Remove and Dispose of Existing Door, Including Hardware and Accessories 4 EA 3.Install Bi-Part Glass and Aluminum Automatic Sliding Storefront Door (including fixed glass located above the doors, as shown in detail drawings LC-11 and LC-13) 4 EA TOTAL BID AMOUNT: ________________________________________________________________________ Type text here 20,000 20,000 10,000 10,000 30,000 30,000 NoLimit Construction, 1110947 $180,000 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Bidder Name & CSLB No. P-1 B I D P R O P O S A L F O R M FOR "Paul A. Biane Library Automatic Door Replacement Project" 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.Mobilization 1 LS 2.Remove and Dispose of Existing Door, Including Hardware and Accessories 4 EA 3.Install Bi-Part Glass and Aluminum Automatic Sliding Storefront Door (including fixed glass located above the doors, as shown in detail drawings LC-11 and LC-13) 4 EA TOTAL BID AMOUNT: ________________________________________________________________________ 20,000 20,000 10,000 40,000 30,000 NoLimit Construction, 1110947 $180,000 120,000 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE NoLimit Construction, Phone: (909) 749-4607 15565 Travis Street, Hesperia, CA 92345, License # 1110947, Business # 93-2253491 Paul A. Biane Library Automatic Door Replacement Bid Proposal Form Revised To the City of Rancho Cucamonga, The Bid Proposal Form has been revised to correct the unit prices and corresponding extended amounts for the bid items listed . The revised unit prices accurately reflect the intended cost per unit, and all line-item totals have been recalculated accordingly. Based on these corrections, the Total Bid Amount is hereby confirmed as One Hundred Eighty Thousand Dollars ($180,000.00). All other terms, conditions, plans, and specifications of the bid remain unchanged and in full force and effect. Sincerely, NoLimit Construction Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Bidder Name & CSLB No. P-2 BIDDER INFORMATION The bidder shall furnish the following information. Additional sheets may be attached if necessary. Name of Firm: Type of Firm: Corporation Individual Partnership Business Mailing Address: Place of Business: Telephone No.: Contractor's License: State: License No.: Public Works DIR No.: Names and titles of all members of the firm: Number of years as a contractor in construction work of this type: Three projects of this type recently completed: Contract Amount Type of Project Date Completed Owner's Name & Address Person who inspected site of the proposed work for your firm: Name: Inspection Date: NOTE: If requested by the City, the Bidder shall furnish a notarized financial statement, references, and other information, sufficiently comprehensive to permit an appraisal of his current financial condition. NoLimit Construction 15565 Travis st. Hesperia Ca 92345 15565 Travis st. Hesperia Ca 92345 Ca 1110947 PW-LR-1001141599 Sergio Duarte 25 years Sergio Duarte 11/05/25 Exterior Siding Replacement - Multiple Sites 650K Culver City laundromat 120K 01/01/2025 08/01/2025 Paul Lopez 15576 Main St, Hesperia CA Brandon Rawlings 9676 Norbrook Dr. Rancho,CA Martha Lopez, General Manager NoLimit Construction, 1110947 253K Laundromat Buildout Jaz Kandola, 4921 Sepulveda Los Angeles, 90230 06/01/2025 Sergio Duarte, President, Secretary, Treasurer 909-749-4607 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Bidder Name & CSLB No. P-3 SUBCONTRACTORS INFORMATION In compliance with Section 2-3 of the Standard Specifications and the Provisions of the Public Contract Code Section 4100, the undersigned bidder herewith sets forth the name, location of the place of business and California Contractors License Number of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvement in an amount in excess of onehalf of one percent (1/2%) of the general 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 one percent (1/2%) of the general contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater and the portion of the work which will be done by each subcontractor as follows: Subcontractor's Name Business Address Email Address License No DIR No. Description of Work Percent (%) of Total Bid Total % of the work to be performed by Subcontractors listed above: % Effective July 1, 2014, the bidder shall provide the California Contractor License Number of each subcontractor listed. New Section 4104 contains the following language: “An inadvertent error in listing the California contractor license number provided pursuant to paragraph (1) shall not be grounds for filing a bid protest or grounds for considering the bid nonresponsive if the corrected contractor’s license number is submitted to the public entity by the prime contractor within 24 hours after the bid opening and provided the corrected contractor’s license number corresponds to the submitted name and location for that subcontractor.” Montebello Glass & Mirror Co.1918 W Whittier blvd Montebello Ca 613806 1000038580 Glaziermtbglassco@sbcglobal.net L&M Electric 1542 Windsor Pl, Palmdale Ca 255773 2000012815 Electrical 65% 20%LandMElectric62@gmail.com 85% NoLimit Construction, 1110947 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE NoLimit Construction, Phone: (909) 749-4607 15565 Travis Street, Hesperia, CA 92345, License # 1110947, Business # 93-2253491 To Whom It May Concern, This letter is to formally correct an error regarding contractor license information that was previously provided in error for L&M Electrical. Due to an administrative oversight, the CSLB license number were listed incorrectly on prior documentation. Please accept our apologies for any confusion this may have caused. The correct information is as follows: L&M Electrical Contractors State License Board (CSLB): #522773 All future correspondence and records should reflect the corrected information listed above. We confirm that L&M Electrical is properly licensed and registered in good standing. Thank you for your understanding. Please do not hesitate to contact us should you require any additional clarification or documentation. Sincerely, Martha Lopez Office Manager NoLimit Construction 15565 Travis St Hesperia, CA 92345 (760) 486-5077 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE 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 ________________________, a ___________________ hereinafter referred to as the "Contractor", and the City of Rancho Cucamonga, California, hereinafter referred to as "City." WHEREAS, pursuant to Public Contract Code Section 22032(b) the Request for Informal 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 Paul A. Biane Library Automatic Door Replacement 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 Informal Public Works Bid dated on or before 5:00 p.m. on 11/20/2025 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 Twenty-Eight Hundred ($2,800) 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 NoLimit Construction Corporation NoLimit Construction, 1110947 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Bidder Name & CSLB No. C-2 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: 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 $1,000,000 each person; $1,000,000 each accident. (5)Automobile (any auto) - Property Damage $1,000,000 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 NoLimit Construction, 1110947 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Bidder Name & CSLB No. C-3 notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." (5)Otherwise, be in form satisfactory to City. (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 NoLimit Construction 1110947 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Bidder Name & CSLB No. C-4 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. 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 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 NoLimit Construction, 1110947 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Bidder Name & CSLB No. C-5 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. 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 #: Contractor: Address: By: Signature Name &Title Date: By: Signature Name &Title Date: NoLimit Construction, 1110947 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CF 1110947 2/24/2026 | 12:56 PM PST OWNER NOLIMIT CONSTRUCTION Sergio Duarte 15565 TRAVIS ST HESPERIA CA 92345 Docusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Bidder Name & CSLB No. C-6 Signature Name &Title Date: ____________ Contractor's Business Phone Number: ___________________________________________________. Emergency Name and Phone Number at which Contractor can be reached at any time: ____________ __________________________________________________________________________________ 909-749-4607 MARTHA LOPEZ760-486-5077 NoLimit Construction 1110947 CITY OF RANCHO CUCAMONGA, CALIFORNIA By: ___________________________________________________ Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE City Manager 2/26/2026 | 3:10 PM PST eccox LC-1 SPECIFICATIONS Project Description for Paul A. Biane Library Automatic Door Replacement Project Location: Paul A. Biane Library, City of Rancho Cucamonga, CA Quantity: 4 EA Scope of Work: 1.Site Visit / Pre-Bid Meeting •An optional pre-bid site visit will be held on: Date: Wednesday, November 12, 2025 Time: 8:00 a.m. Location: Paul A. Biane Library 12505 Cultural Center Drive Rancho Cucamonga, CA 91739 •Attendance is not required. Bidders are strongly encouraged to attend to verify field conditions and ask questions regarding the scope of work prior to bid submission. •Any questions or RFIs shall be submitted via email to the Project Manager no later than 5:00 p.m. on Thursday, November 13, 2025. Responses to RFIs will be provided by 12:00 p.m. on Tuesday, November 18. 2.Work Schedule Work shall commence within forty (40) calendar days of the contract award and the total time allowed to complete the project shall be ten (10) working days. 3.Work Sequence and Access (Bid Item 1) •The south-side doors must be constructed first, as access is currently closed due to another ongoing City project. Construction for the south-side doors shall be completed by end of November unless otherwise approved by the City. •For the north-side doors construction, the Library will be closed on Mondays. An alternate access route must be provided so that Public access to the library is provided all days the library is open until construction is complete. The route shall be fully ADA compliant and approved by the City’s Building and Safety Department in advance of construction. Contractor to provide all signage and traffic control for public pedestrian access route to the library. 4.Demolition and Removal (Bid Item 2) •Disconnect and remove the existing doors, glass panels, and associated hardware. •Return all existing hardware lock keys to the City. Dispose of all removed materials and debris off-site in accordance with local, state, and federal regulations. 5.Automatic Door Specifications (Bid Item 3) 5.1. Manufacturer shall be Stanley Access Technologies - Dura-Glide™ [2000] Series sliding automatic entrances, or approved equal. 5.2. Door Specification A.Current opening size of the installed doors are as 119” X 101” approximately. B.The new install door needs to be ADA compliant as per regulated codes. 5.3. Materials A.Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. 1.Headers, stiles, rails, and frames: 6063-T6. 2.Extruded Bars, Rods, Profiles, and Tubes: ASTM B 221. Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-2 3. Sheet and Plate: ASTM B 209. B. Sealants and Joint Fillers: As per Manufacturer recommended. 5.4. Submittals A. The Contractor shall submit shop drawings including but not limited to plans, elevations, sections, details, hardware mounting heights, and attachments to other work for City review and approval prior to ordering the materials. B. Color Samples for selection of factory-applied color finishes. C. Closeout Submittals: 1. Owner’s Manual. 2. Warranties. 5.5. Quality Assurance A. Installer Qualifications: Manufacturer's authorized representative, with certificate issued by AAADM, who is trained in the installation and maintenance of units required for this Project. B. Manufacturer Qualifications: A qualified manufacturer with a manufacturing facility compliant with ISO 9001. C. Manufacturers shall have in place a national service dispatch center providing 24 hours a day, 7 days a week, emergency call back service. D. Certifications: Automatic sliding door systems shall be certified by the manufacturer to meet performance design criteria in accordance with the following standards: 3. ANSI/BHMA A156.10. 4. NFPA 101. 5. UL 325 listed. 6. IBC. 7. BOCA. D. Environmental Product Declaration (EPD): EPD for automatic sliding entrances shall be certified by the manufacturer to comply with the following: 1. Prepared under Product Category Rule (PCR) UNCPC 4212. 2. Conform to ISO standards 14025, 14040, 14044, 21930 3. Life Cycle Assessment Basis: Cradle to Gate, minimum. E. Source Limitations: Obtain automatic entrance door assemblies through one source from a single manufacturer. F. Product Options: Drawings indicate sizes, profiles, and dimensional requirements of automatic entrance door assemblies and are based on the specific system indicated. G. Emergency-Exit Door Requirements: Comply with the requirements of authorities having jurisdiction for automatic entrances serving as a required means of egress. 5.6. Project Condition Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-3 A. Field Measurements: General Contractor shall verify openings to receive automatic entrance door assemblies by field measurements before fabrication and indicate measurements on Shop Drawings. B. Mounting Surfaces: General Contractor shall verify all surfaces to be plumb, straight and secure; substrates to be of proper dimension and material. C. Other trades: General Contractor shall advise of any inadequate conditions or equipment. D. Electrical System Roughing-in: Coordinate layout and installation of automatic entrance door assemblies connections to existing power supplies. 5.7. Warranty A. Automatic Entrances shall be free of defects in material and workmanship for a period of one (1) year from the date of substantial completion. B. During the warranty period the Owner shall engage a factory-trained technician to perform service and affect repairs. A safety inspection shall be performed after each adjustment or repair and a completed inspection form shall be submitted to the Owner. C. During the warranty period all warranty work, including but not limited to emergency service, shall be performed during normal working hours. 5.8. Preparation and Modifications A. Prepare the existing openings, framing, and thresholds to receive the new door systems. All modifications required to opening, framing and thresholds are included in the bid price for each. Existing conditions of all walls, stucco, and framing shall be resorted to the original condition after installation including but not limited to any damage such as chips, cracks, or paint damage. B. Modifications to the electrical system, if required, to accommodate the new doors shall be included in the bid price. Additionally, if electrical modifications are required, the Contractor will be required to obtain a building permit from the City’s Building and Safety Department for necessary modification. 5.9. Automatic Entrance Door Assemblies A. General: Provide manufacturer's standard automatic entrance door assemblies including doors, framing, headers, carrier assemblies, roller tracks, door operators, activation and safety devices, and accessories required for a complete installation. B. Sliding Automatic Entrances: 1. Bi-Part Slide Entrances: 2. Configuration: Two door panels slide from the center to each side 3. Traffic Pattern: Two-way. 4. Emergency Breakaway Capability: [Sliding leaf only] 5. Mounting: [Between jambs] 6. Glass: Tinted tempered glass 5.10. Components Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-4 A. Framing Members: Manufacturer's standard extruded aluminum reinforced as required to support imposed loads. 1. Nominal Size: [1 3/4 inch by 4 1/2 inch (45 by 115 mm)] 2. Concealed Fastening: Framing shall incorporate a concealed fastening pocket, and continuous flush insert cover, extending full length of each framing member. B. Stile and Rail Doors and Sidelights: Manufacturer's standard 1 ¾ inch (45 mm) thick glazed doors with extruded-aluminum tubular stile and rail members. Incorporate concealed tie-rods that span full length of top and bottom rails. 1. Glazing Stops and Gaskets: Snap-on, extruded-security aluminum stops and pre-formed gaskets. 2. Stile Design: [Narrow stile; 2 inch (51 mm)] nominal width. 3. Bottom Rail Design: Minimum [10 inch (152 mm)] nominal height. 4. Muntin Bars: [None.] C. Headers: Fabricated from extruded aluminum and extending full width of automatic entrance door units to conceal door operators, carrier assemblies, and roller tracks. Provide hinged or removable access panels for service and adjustment of door operators and controls. Secure panels to prevent unauthorized access. 1. Mounting: Concealed, with one side of header flush with framing. 2. Capacity: Capable of supporting up to 220 lb (100 kg) per panel, up to four panels, over spans up to 14 feet (4.3 m) without intermediate supports. D. Carrier Assemblies and Overhead Roller Tracks: Manufacturer's standard carrier assembly that allows vertical adjustment of at least 1/8 inch (3 mm); consisting of urethane with precision steel lubricated ball-bearing wheels, operating on a continuous roller track. Support panels from carrier assembly by load wheels and anti-riser wheels with factory adjusted cantilever and pivot assembly. Minimum two ball-bearing load wheels and two anti-rise rollers for each active leaf. Minimum load wheel diameter shall be 2 1/2 inch (64 mm); minimum anti-rise roller diameter shall be 2 inch (51 mm). E. Thresholds: Manufacturer's standard thresholds as indicated below: 1. [Continuous standard tapered extrusion square by bevel, with bevel to exterior.] 2. All thresholds to conform to details and requirements for code compliance. F. Fasteners and Accessories: Manufacturer's standard corrosion-resistant, non- staining, non- bleeding fasteners and accessories compatible with adjacent materials. G. Signage: Provide signage in accordance with ANSI/BHMA A156.10. 5.11. Door Operators A. General: Provide door operators of size recommended by manufacturer for door size, weight, and movement; for condition of exposure; and for long-term, operation under normal traffic load for type of occupancy indicated. Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-5 B. Electromechanical Operators: Self-contained overhead unit powered by a minimum of 1/4 horsepower, permanent-magnet DC motor with gear reduction drive, microprocessor controller; and encoder. 1. Operation: Power opening and power closing. 2. Features: a. Adjustable opening and closing speeds. b. Adjustable open check and close check speeds. c. Adjustable hold-open time between 0 and 30 seconds. d. Obstruction recycle. e. On/Off switch to control electric power to operator. f. Energy conservation switch that reduces door-opening width. g. Closed loop speed control with active braking and acceleration. h. Adjustable obstruction recycle time delay. i. Self-adjusting stop position. j. Self-adjusting closing compression force. k. Onboard sensor power supply. l. Onboard sensor monitoring. m. Optional Switch to open/Switch to close operation. n. Fire alarm interface, configurable to safely open or close the entrance on signal from fire alarm system. 3. Mounting: Concealed. 4. Drive System: Synchronous belt type. C. Electrical service to door operators shall be connected to existing electrical wiring. Minimum service to be 120 VAC, 5 amps. 5.12. Electrical Controls A. Electrical Control System: Electrical control system shall include a microprocessor controller and a high-resolution position encoder. The encoder shall monitor revolutions of the operator shaft and send signals to microprocessor controller to define door position and speed. 1. The high-resolution encoder shall have a resolution of not less than 1024 counts per revolution. Systems utilizing external magnets and magnetic switches are not acceptable. 2. Electrical control system shall include a 24 VDC auxiliary output rated at 1 amp. B. Performance Data: The microprocessor shall collect, and store performance data as follows: 1. Counter: A non-resettable counter to track operating cycles. 2. Event Reporting: Unit shall include non-volatile event and error recordings including number of occurrences of events and errors, and cycle count of most recent events and errors. 3. LED Display: Display presenting the current operating state of the controller. C. Controller Protection: The microprocessor controller shall incorporate the following features to ensure trouble-free operation: 1. Automatic Reset Upon Power Up. 2. Main Fuse Protection. 3. Electronic Surge Protection. 4. Internal Power Supply Protection. 5. Resetable sensor supply fuse protection. Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-6 6. Motor Protection, over-current protection. D. Soft Start/Stop: A “soft-start” “soft-stop” motor driving circuit shall be provided for smooth normal opening and recycling. E. Obstruction Recycle: Provide system to recycle the sliding panels when an obstruction is encountered during the closing cycle. If an obstruction is detected, the system shall search for that object on the next closing cycle by reducing door closing speed prior to the previously encountered obstruction location and will continue to close in check speed until doors are fully closed, at which time the doors will reset to normal speed. If obstruction is encountered again, the door will come to a full stop. The doors shall remain stopped until obstruction is removed and operate signal is given, resetting the door to normal operation. F. Programmable Controller: Microprocessor controller shall be field programmable. 1. The following parameters may be adjusted: a. Operating speeds and forces as required to meet specified ANSI/BHMA standard. b. Adjustable and variable features specified. c. Reduced opening position. 2. Manual programming shall be available through local interface which has a two-digit display with a selection control including three push buttons. 5.13. Activation and Safety Devices A. Combined Activation and Safety Sensors: Combined activation and safety sensors shall, in a single housing, detect motion and presence in accordance with ANSI/BHMA A156.10. Motion shall be detected using K-band microwave technology, presence by active infrared reflection technology. 1. Mounting Height: Up to 11.5 feet (3.5 m) above finish floor 2. Temperature Range: Between -31°F and 131°F (-35°C to 55°C) in all environmental conditions 3. Relays: Form C, 50V at 0.3A for both activation and safety. Hold time of less than 0.5 seconds. 4. Detection Pattern: When detection is made in the activation zone, and the entrance opens, the safety zone shall extend through the threshold on each side; creating an X- pattern. When activation and safety zones are cleared and the entrance closes the sensor will ignore the X-pattern safety zones. 5. Combined motion and presence sensors shall be equal to or better than X- Zone Sensor by Optex. B. Photoelectric Beams: In addition to the threshold sensor include a minimum of two (2) door- way holding beams. Photoelectric beams shall be pulsed infrared type, including sender receiver assemblies for recessed mounting. C. Presence Sensor Monitoring: Sliding automatic entrances control system shall include a means to verify the functionality of all active presence sensors in accordance with ANSI/BHMA A156.10. A detected fault shall cause automatic operation to cease until the fault is corrected. 5.14. Hardware Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-7 A. General: Provide units in sizes and types recommended by automatic entrance door and hardware manufacturers for entrances and uses indicated. B. Emergency Breakaway Feature: Provide release hardware that allows panel(s) to swing out in direction of egress to full 90 degrees from any position in sliding mode. Maximum force to open panel shall be 50 lbf (222 N) according to ANSI/BHMA A156.10. Interrupt powered operation of panel operator while in breakaway mode. 1. Emergency breakaway feature shall include at least one adjustable detent device mounted in the top of each breakaway panel to control panel breakaway force. 2. Limit Arms: Limit arms shall be provided to control swing of sliding or non- sliding panels on break-out; swing shall not exceed 90 degrees. Limit arms shall be spring loaded to prevent shock, and include adjustable friction damping. C. Deadlocks: Manufacturer's standard deadbolt operated by exterior cylinder and interior thumb turn; with minimum 1 inch (25 mm) long throw bolt; ANSI/BHMA A156.5, Grade 1. 1. Cylinders: As specified in Division 8 Section "Door Hardware." 2. Hook Latch: Laminated-steel hook, mortise type, BHMA A156.5, Grade 1. 3. Two-Point Locking: On bi-parting entrances, provide a locking system that incorporates a device in the stile of active door leaves that automatically extends a flush bolt into overhead carrier assembly. D. Control Switch: Provide manufacturer’s standard header mounted rocker switches and door position switch to allow for full control of the automatic entrance door. Controls to include, but are not limited to: 1. One-way traffic 2. Reduced Opening 3. Open/Closed/Automatic E. Power Switch: Sliding automatic entrances shall be equipped with two positions On/Off rocker switch to control power to the door. F. Sliding Weather Stripping: Manufacturer's standard replaceable components complying with AAMA 701; made of wool, polypropylene, or nylon woven pile with nylon-fabric or aluminum- strip backing. G. Weather Sweeps: Manufacturer's standard adjustable nylon brush sweep mounted to under- side of door. 5.15. Fabrication A. General: Factory fabricates automatic entrance door assembly components to designs, sizes, and thickness indicated and to comply with indicated standards. 1. Form aluminum shapes before finishing. 2. Use concealed fasteners to greatest extent possible. a. Where fasteners are subject to loosening or turning out from thermal and structural movements, wind loads, or vibration, use self-locking devices. b. Reinforce members as required to receive fastener threads. Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-8 B. Framing: Provide automatic entrances as prefabricated assemblies. 1. Fabricate tubular and channel frame assemblies with manufacturer's standard mechanical or welded joints. Provide sub-frames and reinforcement as required for a complete system to support required loads. 2. Perform fabrication operations in manner that prevents damage to exposed finish surfaces. 3. Form profiles that are sharp, straight, and free of defects or deformations. 4. Prepare components to receive concealed fasteners and anchor and connection devices. 5. Fabricate components with accurately fitted joints with ends coped or mitered to produce hairline joints free of burrs and distortion. C. Doors: Factory fabricated and assembled in profiles indicated. Reinforce as required to support imposed loads and for installing hardware. D. Door Operators: Factory fabricated and installed in headers, including adjusting and testing. E. Glazing: Fabricate framing with minimum glazing edge clearances for thickness and type of glazing indicated. F. Hardware: Factory install hardware to the greatest extent possible; remove only as required for final finishing operation and for delivery to and installation at Project site. 5.16. Aluminum Finishes A. General: Comply with NAAMM Metal Finishes Manual for Architectural and Metal Products for recommendations for applying and designing finishes. Finish designations prefixed by AA comply with system established by Aluminum Association for designing finishes. B. [Class I, Color Anodic Finish: AA-M12C22A42/A44 Mechanical Finish: as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, integrally colored or electrolytically deposited color coating 0.70 mils minimum complying with AAMA 611-98, and the following: 1. Color: Clear. 2. AAMA 606.1 3. Applicator must be fully compliant with all applicable environmental regulations and permits, including wastewater and heavy metal discharge.] 5.17. Part Execution A. Inspection: Examine conditions for compliance with requirements for installation tolerances, header sup- port, and other conditions affecting performance of automatic entrances. Proceed with installation only after unsatisfactory conditions have been corrected. B. Installation 1. General: Do not install damaged components. Fit frame joints to produce joints free of burrs and distortion. Rigidly secure non-movement joints. Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-9 2. Entrances: Install automatic entrances plumb and true alignment with established lines and grades without warp or rack of framing members and doors. Anchor securely in place. a. Install surface-mounted hardware using concealed fasteners to the greatest extent possible. b. Set headers, carrier assemblies, tracks, operating brackets, and guides level and true to location with anchorage for permanent support. C. Door Operators: Connect door operators to existing electrical power supply. D. Glazing: As per manufacturer’s instructions. E. Sealants: As per manufacturer recommended. 5.18. Field Quality Control A. Testing Services: Factory Trained Installer shall test and inspect each automatic entrance door to determine compliance of installed systems with applicable ANSI standards. 5.19. Adjusting A. Adjust door operators, controls, and hardware for smooth and safe operation, for tight closure, and complying with requirements in ANSI/BHMA A156.10. 5.20. Cleaning And Protection A. Clean glass and aluminum surfaces promptly after installation. Remove excess glazing and sealant compounds, dirt, and other substances. Repair damaged finish to match original finish. Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-10 JOB SITE LOCATION NORTH DOOR #1 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-11 NORTH DOOR #2 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-12 SOUTH DOOR #1 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-13 SOUTH DOOR #2 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-14 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: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE LC-15 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 11/20/2025 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE 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: Owner/ President NoLimit Construction California November 20, 2025 Sergio Duarte 11/20/2025 Hesperia Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE TO BE POSTED IN A CONSPICUOUS PLACE AND NOT TRANSFERABLE OR ASSIGNABLE Business Name Business Location Business Owner(s) Certificate Number: Effective Date Description Expiration Date CITY OF RANCHO CUCAMONGA BUSINESS LICENSE TAX CERTIFICATE 15565 Travis St Hesperia, Ca 92345-3032 General Building Contractor NOLIMIT CONSTRUCTION 15565 TRAVIS ST HESPERIA, CA 92345-3032 For all inquiries regarding this certificate, contact the Business Licensing Division at (909) 919-2948. "For Services Provided in the City of Rancho Cucamonga, California Only" Nolimit Construction Business TypeNolimit Construction CONTRACTOR - GENERAL June 16, 2025 June 15, 2026 093167 THIS BUSINESS LICENSE TAX CERTIFICATE DOES NOT PERMIT A BUSINESS THAT IS OTHERWISE PROHIBITED. 2026 DBA No Limit Pools & Construction Nolimit Construction: Thank you for your payment on your City of Rancho Cucamonga Business License Tax Certificate. ALL CERTIFICATES MUST BE AVAILABLE FOR INSPECTION UPON REQUEST. If you have questions concerning your Business License Tax Certificate, contact the Business Licensing Division via email at: BusinessLicense@CityofRC.us or by telephone at: (909) 919-2948. Keep this portion of your tax certificate separate in case you need a replacement for any lost, stolen, or destroyed tax certificate. A fee will be charged for a replacement or duplicate tax certificate. This certificate does not entitle the holder to conduct business before complying with all requirements of Rancho Cucamonga Municipal Code and other applicable laws, nor to conduct business in a zone where conducting such business violates law. If you have a fixed place of business within the city limits of the City of Rancho Cucamonga, please display the Business License Tax Certificate above in a conspicuous place at the premises. Otherwise, every Business License Tax Certificate holder not having a fixed place of business in the City shall keep the Business Tax Certificate upon his or her person, or affixed in plain view upon any cart, vehicle, van or other movable structure or device at all times. Starting January 1, 2021, Assembly Bill 1607 requires the prevention of gender-based discrimination of business establishments. A full notice is available in English or other languages by going to: https://www.dca.ca.gov/publications/. City of Rancho Cucamonga BUSINESS LICENSE TAX CERTIFICATE CITY OF RANCHO CUCAMONGA BUSINESS LICENSING DIVISION 10500 CIVIC CENTER DRIVE RANCHO CUCAMONGA, CA 91730 Date of Issue:06/16/2025 093167Certificate Number:NOLIMIT CONSTRUCTION 15565 TRAVIS ST HESPERIA, CA 92345-3032 Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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. 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 1/14/2026 37206 No Limit Pools & Construction dba Nolimit Construction 15565 Travis Street Hesperia, CA 92345 10216 A 1,000,000 X X CKA0534458 1/11/2026 1/11/2027 300,000 5,000 1,000,000 2,000,000 2,000,000 A Equipment Floater CKA0534458 1/11/2026 Limit 5,000 B Bond - Contractor's 100935214 2/28/2025 2/28/2027 Bond Amount 25,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) *30 days notice of cancellation except 10 days for non-payment of premium. RE: Paul A. Biane Library Automatic Door Replacement Project The City of Rancho Cucamonga, it's officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of city officials are named as additional insured as required by written contract. Coverage is primary and non-contributory. A waiver of subrogation applies. The City of Rancho Cucamonga, it's Officers, Officials, Employees, Designated Volunteers and Agents Serving as Independent Contractors in the role of City officials 10500 Civic Center Drive Rancho Cucamonga, CA 91730 DUARTESE01 HKING H&S Insurance Services 2659 Townsgate Rd Suite 103 Westlake Village, CA 91361 Kimberly Champion kchampion@alkemeins.com Contractors Bonding and Insurance Company American Contractors Indemnity Company 1/11/2027 X X X Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE RGL 371 07 16 Page 1 of 1 Contains copyrighted material of Insurance Services Office, Inc. with its permission THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A.Section II – Who Is An Insured is amended to include as an additional in- sured any person or organization for whom you are performing operations when you and such person or organiza- tion have agreed in a written contract or agreement that such person or organi- zation is to be added as an additional insured on your policy. Such person or organization is an additional insured on- ly with respect to “bodily injury or “prop- erty damage” caused by your negli- gence in the performance of your ongo- ing operations performed for that addi- tional insured. A person’s or organization’s status as an additional insured under this en- dorsement ends when your operations for that additional insured are complet- ed. To the extent required under said written contract or agreement, this policy will apply as primary insurance to additional insureds and other insurance which may be available to such additional insureds will be non-contributory.We waive our right of recovery against such additional insureds. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1.“Bodily injury”, “property damage” or arising out of the rendering of, or the failure to render, any professional architectural, engineering or survey- ing services, including but not limited to: a.The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b.Supervisory, inspection, archi- tectural or engineering activities. 2.“Bodily injury” or “property damage” occurring after: a.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the loca- tion of the covered operations has been completed; or b.That portion of “your work” out of which the injury or damage aris- es has been put to its intended use by any person or organiza- tion other than another contrac- tor or subcontractor engaged in performing operations for a prin- cipal as a part of the same pro- ject. 3.“Bodily injury”, “property damage” or occurring or commencing before execution of the written contract or agreement that requires such per- son or organization be added as an additional insured on your policy. C.Definitions “Ongoing operations” means operations not included in the “products-completed operations hazard.” ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. CONTRACTORS BONDING AND INSURANCE COMPANY Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE ST-WhiteST-White INSR LTR POLICY EFF (MM/DD/YYYY) INSR LTR ADDL INSD SUBR WVD POLICY NUMBER POLICY EXP (MM/DD/YYYY)LIMITS CERTIFICATE OF LIABILITY INSURANCE 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. 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). PRODUCER ACORD 25 (2016/03) CONTACT NAME: © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD PHONE (A/C, No, Ext): FAX (A/C, No): EMAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURER A:INSURER A: INSURER B: INSURER D: INSURER C: INSURER E: INSURER F: INSURED 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. DATE COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: $ TYPE OF INSURANCE AUTOMOBILE LIABILITYAUTOMOBILE CERTIFICATE HOLDER CANCELLATION DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE COMMERCIAL GENERAL LIABILITY GEN'L AGGREGATE LIMIT APPLIES PER: CLAIMS-MADE OCCUR EACH OCCURRENCE COMBINED SINGLE LIMIT (Ea accident) DAMAGE TO RENTED PREMISES (Ea occurrence) PERSONAL & ADV INJURY MED EXP (Any one person) GENERAL AGGREGATE PRODUCTS - COMP/OP AGG BODILY INJURY (Per person) PROPERTY DAMAGE (Per accident) BODILY INJURY (Per accident) EACH OCCURRENCE AGGREGATE E.L. EACH ACCIDENT PERSTATUTE E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ $ $ $ $ $ $ $ $ $ $ $ $ POLICY ANY AUTO OTHER: PRO-JECT LOC OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON-OWNED AUTOS ONLY UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE DED RETENTION $ Y/N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A OTH-ER $ $ $ 01/22/2026 AUTO CLUB SERVICES, LLC PO BOX 25443 SANTA ANA, CA 92799-5443 Infinity Select Insurance Company 20260 50016547701 08/27/2025 02/27/2026X X X X 1,000,000 NOLIMIT CONSTRUCTION 15565 Travis St Hesperia, CA 92345 Project Number: Vehicle: The City of Rancho Cucamonga 10500 Civic Center Dr. Attn Public Works Rancho Cucamonga, CA 95605 2015 TOYOTA 5TFDY5F17FX481176 800-722-3391 Commercial.vehicle@kemper.com Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE ST-WhiteST-White ADDL INSURED COPY AMEND DATE : 01/23/2026 50461AIS01 ENDORSEMENT : 3-3 Kemper Auto Commercial 11700 Great Oaks Way, Suite 450 Alpharetta, GA 30022 Underwritten by: Infinity Select Insurance Company Customer Service: (800) 722-3391 Claims Service: (800) 353-6737 ADDITIONAL NAMED INSURED ENDORSEMENT Copy To Policy ID Number Expiration Date 50016547701 02/27/2026 12:01 a.m. Named Insured NOLIMIT CONSTRUCTION The City Of Rancho Cucamonga, Its Officers, Employees, Volunteers & Agents. 10500 Civic Center Dr Attn Public Works Rancho Cucamonga, CA 91730 This endorsement is attached to and forms a part of the listed policy. No changes will be effective prior to the time changes are requested. Additional Insured The City Of Rancho Cucamonga, Its Officers, Employees, Volunteers & Agents. Part A - Liability Coverage, is changed as follows: The definition of insured is changed to include the additional insured named above. Adding an insured will not increase the limit of our liability. The insurance provided by this endorsement will be excess over any other valid and collectible insurance. All other parts of this Policy remain unchanged. Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE ST-WhiteST-White ADDL INSURED COPY AMEND DATE : 01/23/2026 500PNCV01 ENDORSEMENT : 3-3 Kemper Auto Commercial 11700 Great Oaks Way, Suite 450 Alpharetta, GA 30022 Underwritten by: Infinity Select Insurance Company Customer Service: (800) 722-3391 Claims Service: (800) 353-6737 PRIMARY AND NONCONTRIBUTORY ENDORSEMENT Copy To Policy ID Number Expiration Date 50016547701 02/27/2026 12:01 a.m. Named Insured NOLIMIT CONSTRUCTION The City Of Rancho Cucamonga, Its Officers, Employees, Volunteers & Agents. 10500 Civic Center Dr Attn Public Works Rancho Cucamonga, CA 91730 This endorsement is attached to and forms a part of the listed policy. The following endorsement applies only if Form Number 500PNCV01 appears on your Declarations Page. This endorsement modifies the insurance provided under your COMMERCIAL AUTO POLICY. PART A – LIABILITY COVERAGE OTHER INSURANCE – PART A ONLY The following is added to this section: The coverage afforded under your Commercial Auto Policy is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: a.You have agreed in writing in a contract or agreement that the coverage afforded under your Commercial Auto Policy would be primary and would not seek contribution from any other insurance available to such additional insured; and b.Such additional insured is a named insured under such other insurance. ALL OTHER TERMS, LIMITS, CONDITIONS, AND PROVISIONS OF THE POLICY REMAIN UNCHANGED. Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Docusign Envelope ID: B2F7AFF7-F2F8-4179-A715-B36088E151CFDocusign Envelope ID: F989A735-BCA0-43DA-B7B8-261B22D86CAE Electronic Record and Signature Disclosure Certificate Of Completion Envelope Id: F989A735-BCA0-43DA-B7B8-261B22D86CAE Status: Completed Subject: Complete with Docusign: PSA CO 2026-116 - No Limit Construction and the City of Rancho Cucamonga Source Envelope: Document Pages: 52 Signatures: 1 Envelope Originator: Certificate Pages: 5 Initials: 1 Jonathan Hilton AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) jonathan.hilton@cityofrc.us IP Address: 199.201.174.250 Record Tracking Status: Original 2/25/2026 12:41:00 PM Holder: Jonathan Hilton jonathan.hilton@cityofrc.us Location: DocuSign Signer Events Signature Timestamp Nathan Hunt nathan.hunt@cityofrc.us CSD Acting Director City of Rancho Cucamonga Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 199.201.174.250 Sent: 2/25/2026 1:00:13 PM Viewed: 2/25/2026 1:42:11 PM Signed: 2/25/2026 1:57:50 PM Electronic Record and Signature Disclosure: Accepted: 2/25/2026 1:42:11 PM ID: a498b3e5-1953-4e5d-a7f0-6f9bfcc561d6 eccox elisa.cox@cityofrc.us City Manager City of Rancho Cucamonga Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 199.201.174.250 Sent: 2/26/2026 1:30:35 PM Viewed: 2/26/2026 3:10:27 PM Signed: 2/26/2026 3:10:35 PM Electronic Record and Signature Disclosure: Not Offered via Docusign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Jennifer Gracia jennifer.gracia@cityofrc.us Community Services Director Security Level: Email, Account Authentication (None) Using IP Address: 199.201.174.250 Sent: 2/25/2026 1:57:51 PM Viewed: 2/25/2026 2:00:00 PM Electronic Record and Signature Disclosure: Accepted: 2/25/2026 2:00:00 PM ID: 50f779bb-3f08-48f4-b5ad-911622175370 Certified Delivery Events Status Timestamp Jonathan Hilton jonathan.hilton@cityofrc.us Management Analyst I City of Rancho Cucamonga Security Level: Email, Account Authentication (None) Using IP Address: 199.201.174.250 Sent: 2/25/2026 2:00:00 PM Viewed: 2/26/2026 1:30:35 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Clerk Services clerkcontracts@cityofrc.us City Clerk City of Rancho Cucamonga Security Level: Email, Account Authentication (None) Using IP Address: 199.201.174.250 Sent: 2/26/2026 3:10:36 PM Resent: 3/11/2026 2:30:01 PM Viewed: 3/12/2026 8:59:42 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 2/25/2026 1:00:13 PM Certified Delivered Security Checked 3/12/2026 8:59:42 AM Signing Complete Security Checked 2/26/2026 3:10:35 PM Completed Security Checked 3/12/2026 8:59:43 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Rancho Cucamonga City Clerk's Office (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 2/22/2022 12:08:29 PM Parties agreed to: Nathan Hunt, Jennifer Gracia, Nathan Hunt, Jennifer Gracia Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Rancho Cucamonga City Clerk's Office: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: jasmin.oriel@cityofrc.us To advise City of Rancho Cucamonga City Clerk's Office of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at jasmin.oriel@cityofrc.us and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from City of Rancho Cucamonga City Clerk's Office To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to jasmin.oriel@cityofrc.us and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Rancho Cucamonga City Clerk's Office To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to jasmin.oriel@cityofrc.us and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:  You can access and read this Electronic Record and Signature Disclosure; and  You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and  Until or unless you notify City of Rancho Cucamonga City Clerk's Office as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by City of Rancho Cucamonga City Clerk's Office during the course of your relationship with City of Rancho Cucamonga City Clerk's Office.