Loading...
HomeMy WebLinkAboutCO 2026-037 - Rod-West Floor Coverings, IncJanuary 26, 2026 SUBJECT: REQUEST FOR INFORMAL PUBLIC WORKS BID Central Park Senior & Community Center Carpet Replacement Project No. PW 2026-101 To whom it may concern, The City of Rancho Cucamonga invites your proposal for the Central Park Senior & Community Center Carpet 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: Theodore Morales, via listed email: Theodore.Morales@cityofrc.us on or before 5:00 p.m. on Thursday, February 12, 2026. 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 flooring in specified areas and installation of new flooring and materials as specified in the construction documents. 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: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 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-15 – Flooring and Floor Coverings License 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: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 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 15 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-Two Hundred ($2,200) 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: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Bidder Name & CSLB No. P-1 B I D P R O P O S A L F O R M FOR "Central Park Senior & Community Center Carpet Replacement" 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. Removal of all existing flooring and rubber wall base in areas designated to receive new flooring under the Base Bid, as indicated in the construction drawings. 1 LS 3. Installation of new flooring, wall base, transition strips, and associated materials, as specified in the construction drawings, to complete the Base Bid. 1 LS 4. Bid- Alternate for rooms 172, 147, 148, 149, and 150. (optional scope of work that may be awarded in addition to the Base Bid if budget allows) 1 LS TOTAL BID AMOUNT: ________________________________________________________________________ 500.00 500.00 20,000.00 20,000.00 126,000.00 126,00.00 58,900.00 58,900.00 $205,400.00 Two hundred five thousand four hundred dollars and zero cents Rod-West Floor Covering CSLB #1146599 $155,400.00 One Hundred Fifty-five Thousand Four Hundred Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 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. Rod-West Floor Covering 15120 Bonavista Ave. #103 Santa Fe Springs, CA 90670 15120 Bonavista Ave. #103 Santa Fe Springs, CA 90670 CA 1146599 2000017132 Ever Rodriguez, President $225,831.00 Flooring 2/1/2026 California Department of Veterans Affairs 1227 “O” St. Sacramento, CA 95814 $138,560.00 Flooring 9/1/2025 City of Carson 701 E. Carson St. Carson, CA 90745 $177,000.00 Flooring 8/1/2025 Conejo Valley Unified School District 750 Mitchell Rd. Newbury Park, CA 91320 Rod-West Floor Covering CSLB #1146599 Ever Rodriguez 9/1/2025 8/1/2025 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 No subcontractors for this project. 0 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 LC-2 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. CALIFORNIA LABOR CODE COMPLIANCE Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 LC-3 8.California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Contractor hereby certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Date Signature 2/12/2026 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 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: President Rod-West Floor Covering 2/12/2026 Santa Fe Springs California Ever Rodriguez 2/11/2026 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 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 Mayor, by and between Rod-West Floor Covering Inc., a Flooring Replacement Company 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 Clerk and Mayor, 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: Central Park Senior & Community Center Carpet Replacement (“Work”) 02/12/2026 tor’s bid, Twenty-Two Hundred ($2,200) Rod-West Floor Covering Inc. | Lic 1146599 Docusign Envelope ID: 83D67154-DBE6-4234-9921-3529D5575007Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 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 $2,000,000 each person; $3,000,000 each accident. (5)Automobile (any auto) - Property Damage $2,000,000 each accident. c.Each such policy of insurance provided for in paragraph "b." shall: (1)Be issued by an insurance company approved in writing by City, which is qualified to do business in the State of California. The insurance company shall have an A.M. Best Company Rating Guide rating of not less than A:VII; (2)Name as additional insureds the City, its elected officials, officers, volunteers, agents and employees, and any other parties specified in the bid documents to be so included; (3)Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; (4)Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled, nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written Rod-West Floor Covering Inc. | Lic 1146599 Docusign Envelope ID: 83D67154-DBE6-4234-9921-3529D5575007Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 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 Rod-West Floor Covering Inc. | Lic 1146599 Docusign Envelope ID: 83D67154-DBE6-4234-9921-3529D5575007Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 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 Rod-West Floor Covering Inc. | Lic 1146599 Docusign Envelope ID: 83D67154-DBE6-4234-9921-3529D5575007Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 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 #: 1146599 Contractor: Rod-West Floor Covering Inc. Address:15120 Bonavista Ave # 103, Santa Fe Springs, CA 90670-5370 Rod-West Floor Covering Inc. | Lic 1146599 Docusign Envelope ID: 83D67154-DBE6-4234-9921-3529D5575007 3/26/2026 | 5:35 PM PDT EVER RODRIGUEZ President Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Bidder Name & CSLB No. C-6 By: L. Dennis Michael, Mayor Date: Contractor's Business Phone Number: ___________________________________________________. Emergency Name and Phone Number at which Contractor can be reached at any time: ____________ __________________________________________________________________________________ By: Kim Sevy, City Clerk Rod-West Floor Covering Inc. | Lic 1146599 Docusign Envelope ID: 83D67154-DBE6-4234-9921-3529D5575007Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 4/8/2026 | 1:59 PM PDT CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 02/24/2026 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). PRODUCER CA Contractors Insurance Services, Inc. 9848 Business Park Dr Suite H Sacramento, CA 95827 CONTACT NAME:James Drake INSURER D: PHONE (A/C, No., Ext):(916) 363-2663 FAX (A/C, No):(916) 363-2662 E-MAIL ADDRESS:certificates@ccisbonds.com PRODUCER CUSTOMER ID#: INSURER(S) AFFORDING COVERAGE NAIC # INSURED ROD-WEST FLOOR COVERING INC 14130 GANNET ST SUITE #101 SANTA FE SPRINGS CA 90670 INSURER A:LIO Specialty Insurance Company INSURER B: INSURER C: INSURER D: INSURER E: 17346 COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: 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. INSR LTR TYPE OF INSURANCE ADD''L INSRD SUBR WVD POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS A GENERAL LIABILITY X COMMERICAL GENERAL LIABILITY CLAIMS MADE X OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: XPOLICY PROJECT LOC LSIC1100052326-00 5/31/2025 5/31/2026 EACH OCCURANCE $1, 000, 000 DAMAGE TO RENTEDPREMISES (Ea occurence)300,000.00 MED EXP (Any one person)5,000.00 PERSONAL & ADV INJURY 1,000,000.00 GENERAL AGGREGATE $2,000,000 PRODUCTS = COMP/OP-AGG $2,000,000 AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS COMBINED SINGLE LIMIT(Ea accident)$ BODILY INJURY (Per person)$ BODILY INJURY (Per accident)$ PROPERTY DAMAGE(Per accident)$ UMBRELLA LIAB OCCUR EXCESS LIAB CLAIMS-MADE DED RETENSION $ EACH OCCURANCE AGGREGATE WORKERS COMPENSATION AND EMPLOYER'S LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE (Mandatory in N/H) If yes, describe under DESCRIPTON OF OPERATIONS below) N/A WC STATU-TORY LIMITS OTH-ER E. L. EACH ACCIDENT E. L. DISEASE-EA EMPLOYEE E. L. DISEASE-POLICY LIMIT CERTIFICATE HOLDER CANCELLATION 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 ACORD 25 (2016/03)© 1998-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD X X DESCRIPTION OF OPERATIONS/LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The City of Rancho Cucamonga, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City Officials are named as additional insured on the General Liability policy, per attached endorsements. The coverage is subject to the policy's limits, exclusions, and limitations. Insurance is primary and noncontributory. Waiver of subrogation included for the General Liability. 30-Day written notice of cancellation. 10-Day notice of nonpayment of premium. Excess liability follows form. License# 1146599 City of Rancho Cucamonga 10500 Civic Center Dr Rancho Cucamonga, CA 91730 GXS0019467 5/31/2025 5/31/2026X XB $5,000,000 $5,000,000 MT Hawley Insurance Co 37974 Westchester Surplus Lines Insurance Company 10172 XDPOLLUTION $1,000,000 $5,000,000 EACH OCCURANCE AGGREGATE G48856305 001 5/9/2025 5/9/2026 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 2LSIC-IL-1089 11 23 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT WITH AGGREGATE CAP This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE 1.For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which can be attributed only to operations at a single designated construction project: a.A separate Designated Construction Project General Aggregate Limit applies to each single designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. b.The Designated Construction Project(s) Aggregate Cap is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under Coverage C regardless of the number of: (1)Insureds; (2)Claims made or "suits" brought; or (3)Persons or organizations making claims or bringing "suits". c.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor will they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project. d.The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. e.The Designated Construction Project(s) Aggregate Cap shown in the Schedule above is the most we will pay for the sum of all Designated Construction Project General Aggregate Limits and the General Aggregate Limit shown in the Declarations regardless of the number of: (1)Insureds, $5,000,000Designated Construction Project(s) Aggregate Cap: Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 2LSIC-IL-1089 11 23 (2)Claims made or “suits” brought, or (3)Persons or organizations making claims or bringing “suits”. 2.For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project: a.Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit shown in the Declarations or the Products/Completed Operations Aggregate Limit, whichever is applicable; and b.Such payments shall not reduce any Designated Construction Project General Aggregate Limit. 3.When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products/Completed Operations Aggregate Limit shown in the Declarations, and not reduce the General Aggregate Limit shown in the Declarations nor the Designated Construction Project General Aggregate Limit. 4.The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. All other terms and conditions of the Policy remain unchanged. Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. POLICY NUMBER:LSIC1100052326-00 When required under written contract and fully executed prior to an "occurrence". All Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. LSIC1100052326-00 When required under written contract and fully executed prior to an "occurrence". All Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY – OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1)The additional insured is a Named Insured under such other insurance; and (2)You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1LSIC-IL-1055 11 23 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.    WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following:  COMMERCIAL GENERAL LIABILITY COVERAGE PART   PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART  SCHEDULE Section IV - Conditions, Paragraph 8. Transfer of Rights of Recovery Against Others to Us is amended by adding the following: 1.We waive any right of recovery we may have against any person(s) or organization(s) because of any payment we make under this Policy for injury or damage arising out of “your product” and/or “your work”, to whom the Insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the Insured has waived its right of recovery by a signed, fully executed contract prior to the “occurrence” against such person(s) or organization(s). 2.We waive any right of recovery we may have against any person(s) or organization(s) listed in the Schedule above because of any payment we make under this Policy for injury or damage arising out of “your product” and/or “your work”, to whom the Insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the Insured has waived its right of recovery by a signed, fully executed contract prior to the “occurrence” against such person(s) or organization(s). All other terms and conditions of the Policy remain unchanged. Name of Additional Insured Person(s) or Organization(s), if applicable: Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1LSIC-IL-1024 11 23 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTY AS REQUIRED BY WRITTEN CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART   PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART  OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE The following condition is added to this Policy: We will provide written Notice of Cancellation to an additional insured stating when, not less than the Number of Days shown in the Schedule above, cancellation will become effective. This notice will be provided to the Person(s) or Organization(s) listed in the Schedule above. This condition only applies if: 1.The Policy is cancelled by us; 2.Cancellation is for the reasons other than: a.Non-payment of premium; or b.Non-payment of any deductible reimbursement; 3.You are required by written contract to provide the additional insured with such notice; and 4.You agree to provide us with a list of the applicable additional insureds, including their complete mailing addresses, within 7 days of our notice. If notice is mailed, proof of such mailing is sufficient proof of such notice. All other terms and conditions of the Policy remain unchanged.   30 Person(s) or Organization(s) that Notice of Policy Termination will be Provided to: Number of Days: Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 POLICY CHANGE ENDORSEMENT NO. 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy Number: GXS0019467 Policy Changes Effective: 5/31/2025 Company: Mt. Hawley Insurance Co Authorized Representative: Gridiron Insurance Underwriters, Inc. Producer: Bass Underwriters, Inc. - Sacramento Named Insured: Rod-West Floor Covering, LLC d/b/a: In consideration of the additional premium noted below, it is hereby agreed and understood that the following Underlying Commercial General Liability policy is added to form CEE 319 (03/06): Carrier: Lio Specialty Insurance Company Policy Number: LSIC1100052326-00 Term: 05/31/2025 - 05/31/2026 Limits of Liability: $1,000,000 / $2,000,000 / $2,000,000 Also the following class code has been added to the policy: 94590 - Floor Waxing Additional Premium:$1,280.00 Total Additional:$1,280.00 ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED Date of Issue June 4, 2025 / esanchez Authorized Representative Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 POLICY CHANGE ENDORSEMENT NO. 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy Number: GXS0019467 Policy Changes Effective: 5/2/2025 Company: Mt. Hawley Insurance Co Authorized Representative: Gridiron Insurance Underwriters, Inc. Producer: Bass Underwriters, Inc. - Sacramento Named Insured: Rod-West Floor Covering, LLC : In consideration of the additional premium noted below, it is hereby agreed and understood that the Excess General Liability Limits of Insurance on form EMXL 100 (10/19), are amended to read as follows: $5,000,000 Each Occurrence $5,000,000 General Aggregate (other than Products Completed Operations) $5,000,000 Products Completed Operations Aggregate Additional Premium:$1,450.00 Total Additional:$1,450.00 ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED Date of Issue May 5, 2025 / esanchez Authorized Representative Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Surplus Lines Tax: $54.30 Service Office Fee: $3.26 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 EMXL 100 (10/19)Page 2 of 3 BUSINESS OF THE NAMED INSURED IS: See:Schedule of Underlying InsuranceITEM 5.UNDERLYING INSURANCE: ITEM 6.FORMS AND ENDORSEMENTS: See: Commercial Coverage Schedule of Endorsements Floor Covering Installation - not ceramic tile or stone Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 ENV-1502 (06-12)Page 1 of 1 Westchester Surplus Lines INSURANCE COMPANY Environmental Policy Declarations Environmental Policy Declarations THE DECLARATIONS, TOGETHER WITH THE COMPLETED AND SIGNED APPLICATION, THIS POLICY AND ANY ENDORSEMENTS OR SCHEDULES ATTACHED HERETO, CONSTITUTE THE INSURANCE POLICY. Policy Number: G48856305 001 Renewal of: New Item 1. Named Insured: Rod-West Floor Covering LLC 15120 Bona Vista Ave. #103 Santa Fe Springs, CA 90670 The Named Insured is a: Individual Partnership Limited Liability Company Corporation Other: Item 2. Producer:BASS UNDERWRITERS INC DBA: BASS INSURANCE BROKERS 3620 FAIR OAKS BLVD SUITE 150 SACRAMENTO, CA 95864 Z02564 Item 3. Policy Period:Inception Date: 05/09/2025 Expiration Date: 05/09/2026 (12:01 A.M. Local time at the address shown in Item 1.) If "NOT INCLUDED" appears, then no such Coverage is provided under this policy. Item 4. Limits of Insurance: General Aggregate Limit:$5,000,000 Contractors Pollution Liability Coverage Part:$1,000,000 Each Pollution Condition Item 5. Deductible: Contractors Pollution Liability Coverage Part: $2,500 Each Pollution Condition Item 6. Advance Premium: $3,000 Item 7. Rate: Flat / Non Auditable Item 8. Estimated Basis: $2,000,000 (Estimated Revenue) Item 9. Retroactive Date: Contractors Pollution Liability Coverage Part:Not Applicable Item 10.Covered Locations: Not Applicable Item 11.Forms and Endorsements: Endorsements as listed on Schedule of Forms No. CPFS2 Item 12. Date: 05/09/2025 Authorized Representative Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 ENV-1231 NON-OWNED DISPOSAL SITE(S) COVERAGE ENDORSEMENT – OCCURRENCE Named Insured Rod-West Floor Covering LLC Endorsement Number Policy Symbol CPW Policy Number G48856305 001 Policy Period 05/09/2025 to 05/09/2026 Effective Date of Endorsement 05/09/2025 Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: CONTRACTORS POLLUTION LIABILITY INSURANCE POLICY (ENV-1200 (03-10)) SCHEDULE Limits of Insurance:$ 1,000,000 Each Pollution Condition $ 1,000,000 Non-Owned Disposal Site Aggregate Limit (serves to reduce the General Aggregate Limit shown on the Declarations page) Deductible:$ 10,000 Each Pollution Condition I.Section I., COVERAGES - CONTRACTORS POLLUTION LIABILITY, Subsection B., Exclusions, Paragraph 11., Non-Owned Disposal Sites, of this policy is deleted in its entirety and replaced by the following: 11.Disposal Sites Bodily injury or property damage arising out of pollution conditions on, at, under or migrated from any treatment, storage, transfer, disposal or recycling facility that is not a Non- Owned Disposal Site. II.Section III., LIMITS OF INSURANCE, of this policy is hereby amended by addition of the following: The Each Pollution Condition Limit shown in the SCHEDULE set forth on the Non-owned Disposal Sites Endorsement attached to this policy is the most we will pay for: 1) the sum of all damages because of a loss; 2) emergency response costs; and 3) Supplementary Payments, arising out of the same, continuous, repeated, or related pollution condition on, at, under or migrating from a non-owned disposal site. The most we will pay with respect to any such pollution condition that continues during the policy periods of more than one policy period is the Each Pollution Condition Limit set forth on the Non-owned Disposal Sites Endorsement applicable to the first policy period during which the pollution condition commenced. The Non-Owned Disposal Site Aggregate Limit shown in the SCHEDULE set forth on the Non- owned Disposal Sites Endorsement attached to this policy is the most we will pay for: 1) the sum of all damages because of a loss; 2) emergency response costs; and 3) Supplementary Payments, arising out of the same, continuous, repeated, or related pollution condition on, at, under or migrating from a non-owned disposal site. Payments made by the Insurer pursuant to the Each Pollution Condition Limit and Non-Owned Disposal Site Aggregate Limit are subject to, and shall erode, the Limits of Insurance shown in the Declarations of this this policy. Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 ENV-1231 III.Section III., LIMITS OF INSURANCE, Subsection E., of this policy is hereby amended by addition of the following: pollution condition and applies once to each pollution condition and applies to defense expenses, investigation, settlement, compromise, or indemnification. IV.Section V., DEFINITIONS, Subsections T. and CC., of this policy are hereby deleted in their entirety and replaced with the following: T.Non-Owned Disposal Site means any treatment, storage, transfer, disposal or recycling facility that has not at any time been owned, operated, leased, or maintained by a named insured or any related entity, which receives, or has historically received, material or waste resulting from your work, provided that such facility: 1.Is currently permitted and/or licensed by all applicable federal, state, provincial and municipal authorities; 2.Was permitted and/or licensed to accept such material or waste at the time the material or waste was transferred to such facility for treatment, storage or disposal; and 3.Has not been listed on a proposed or final federal National Priorities List or Superfund database, or any state, provincial and/or municipal equivalent of the National Priorities List or Superfund database, at or prior to the time the material or waste is transferred to the Non- Owned Disposal Site for treatment, storage or disposal. CC.Your work: 1.Means: a. Work or operations performed by you or on your behalf; and b. Materials, parts or equipment furnished in connection with such work or operations. 2.Includes: a.Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of your work; b.The providing of or failure to provide warnings or instructions; c.Your attendant coordination, facilitation or effectuation of the disposal and/or recycling of materials or waste generated from such work or operations at a non-owned disposal site. Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 ENV-3143 (03-05)Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 Named Insured Rod-West Floor Covering LLC Endorsement Number Policy Symbol CPW Policy Number G48856305 001 Policy Period 05/09/2025 to 05/09/2026 Effective Date of Endorsement 05/09/2025 Issued By (Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: As required by written contract, prior to a loss to which this insurance applies. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products-completed operations hazard. This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain the same. Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 1001486 2005 155279 205 01-19-2023 INSR LTR TYPE OF INSURANCE ADD INSD SUB WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY)POLICY EXP (MM/DD/YYYY)LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC OTHER: EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence)$ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOSHIRED AUTOS ONLY NON-OWNED AUTOS ONLY Y Y 669 8077-D24-75G 10/24/2025 04/24/2026 COMBINED SINGLE LIMIT (Ea accident)1,000,000$ BODILY INJURY (Per person)$ BODILY INJURY (Per accident)$ PROPERTY DAMAGE (Per accident)$ $ UMBRELLA LIAB OCCUR EXCESS LIAB CLAIMS-MADE DED RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N Y / N N / A Y 92-TA-V739-7 09/21/2025 09/21/2026 PER STATUTE OTH- ER $ E.L. EACH ACCIDENT 1,000,000$ E.L. DISEASE - EA EMPLOYEE 1,000,000$ E.L. DISEASE - POLICY LIMIT 1,000,000$ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CANCELLATION AUTHORIZED REPRESENTATIVE 02/18/2026This form was system-generated on . E-MAIL ADDRESS:william.vu.vaay2c@statefarm.com CONTACT NAME:William Vu PHONE (A/C, No, Ext):657-400-9494 FAX (A/C, No): INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :State Farm Mutual Automobile Insurance Company 25178 INSURER B :State Farm Fire and Casualty Company 25143 INSURER C : INSURER D : INSURER E : INSURER F : PRODUCER INSURED William Vu 9081 Bolsa Avenue Suite 203 Westminster CA 926835591 ROD-WEST FLOOR COVERING 14130 GANNET ST STE 101 SANTA FE SPGS CA 906705345 REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. 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. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 02/18/2026 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER City of Rancho Cucamonga 10500 Civic Center Drive Rancho Cucamonga CA 91730 The ACORD name and logo are registered marks of ACORD The City of Rancho Cucamonga, It’s Officers, Officials, Employees, designated volunteers and agents serving as independent contractors in the role of City Officials Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be ________% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description 5 City of Rancho Cucamonga 10500 Civic Center Drive Rancho Cucamonga, CA 91730 Insured does flooring for the customer. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Insurance Company Countersigned By ______________________________________________ WC 04 03 06 (Ed. 4-84)1007722 124282.2 01-25-2019 State Farm Fire and Casualty Company 92 TAV739 7 02/18/26 ROD-WEST FLOOR COVERING INC 13315 CROSSDALE AVE NORWALK CA 90650-2614 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 POLICY NUMBERPOLICYPERIOD (o1a025te) DO NOT PAY PREMIUMS SHOWN ON THIS PAGE.IF AN AMOUNT IS DUE,THEN A SEPARATE STATEMENT IS ENCLOSE D.YEAR MAKE MODEL BODY STYLE VEHICLE ID.NUMBER CLASS I1SX0N 669 8077-D24-75HROD-WEST FLOOR COVERING INC14130GANNETSTSTE101SANTAFESPGSCA90670-5345 FEB 18 2026 to APR 24 2026VOL132964362314072-1-A WILLIAM VU INSURANCE AGCY INC9081BOLSAAVESTE203WESTMINSTER,CA 92683-5591(657)400-9494 MUTLA0008440058 11020/06848 ________________________________________ IP P D 66 9 80 7 7 75 00 0 8 4 4 FE B 19 20 2 6 00 5 8 12 MATCH 0084300843 A901E CONTINUED PAGE 1 OF 2 STATE FARM PAYMENT PLAN NUMBERNAMEDINSURED AGENT R PHONE: See Reverse Side 75-1FD8-1 A DECLARATIONS PAGE12:01 A.M.Standard Time YOUR CAR State Farm Mutual Automobile Insurance Company PO Box 2368 Bloomington IL 61702-2368 2000 FORD F350 1FDWF36S4YEC62410STKTRK Commercial SYMBOLS COVERAGE &LIMITS PREMIUMS A $323.14LiabilityCoverage Limit-Each Accident $1,000,000 C $3.01MedicalPaymentsCoverage Limit -Each Person $5,000 U $29.86UninsuredMotorVehicleCoverage Bodily Injury Limits Each Person,Each Accident $500,000 $1,000,000 U1 $2.84UninsuredMotorVehiclePropertyDamageCoverage $358.85 Total premium for FEB 18 2026 to APR 24 2026. IMPORTANT MESSAGES IMPORTANT NOTICE For your protection California law requires the following to appear with this policy:Any person who knowingly presents false or fraudulent information to obtain or amend insurance coverage or to make a claim for the payment of a loss is guilty of a crime and may be subject to fines and confinement in state prison. Replaced policy number 6698077-75G. Notice of insurance information collection practices -personal,family,or household insurance transactions: We may collect customer information from persons other than the individual or individuals applying for coverage.Such customer information as well as other personal or privileged information subsequently collected may,in certain circumstances,be disclosed to third parties without your authorization as permitted by law. You have the right to submit a written request to access,correct,amend,or delete your personal information and the right to receive a response within 30 days of submitting your request.If we deny your request,you have the right to file a statement with us containing the information you feel is accurate and fair along with the reasons you disagree with our denial.Instructions on how to file such request and our full privacy notice can be found www.statefarm.com/customer-care/privacy-security/privacy or contact your State Farm Agent. Your total renewal premium for OCT 24 2025 to APR 24 2026 is $977.78. 155-3866 CA.2 05-2002 (o1a025fc) Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 B10 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 POLICY NUMBERPOLICYPERIOD (o1a025vd)Telephone:Prepared(o1a0254c)I3SX0 669 8077-D24-75HROD-WEST FLOOR COVERING INC14130GANNETSTSTE101SANTAFESPGSCA90670-5345 FEB 18 2026 to APR 24 2026VOL1329643623 FEB 20 2026 14072-1-A WILLIAM VU INSURANCE AGCY INC(657)400-9494 MUTLA0008440058 11021/06848 ____________________ IP P D 66 9 80 7 7 75 00 0 8 4 4 FE B 19 20 2 6 00 5 8 12 MATCH 0084300843 A901EPAGE2OF2 STATE FARM PAYMENT PLAN NUMBERNAMEDINSURED Agent: R 1FD8-C18 75-1FD8-1 A DECLARATIONS PAGE12:01 A.M.Standard Time State Farm Mutual Automobile Insurance Company PO Box 2368 Bloomington IL 61702-2368 EXCEPTIONS,POLICY BOOKLET &ENDORSEMENTS (See policy booklet &individual endorsements for coverage details.) YOUR POLICY CONSISTS OF THIS DECLARATIONS PAGE,THE POLICY BOOKLET - FORM 9805B,AND ANY ENDORSEMENTS THAT APPLY,INCLUDING THOSE ISSUED TO YOU WITH ANY SUBSEQUENT RENEWAL NOTICE. 01 6028BU ADDITIONAL INSURED-30 DAYS-CITY OF SANTA ANA RISK MANAGEMENT DIVISION,20 CIVIC CENTER PLZ,SANTA ANA CA 92701-4058. 02 6028BU ADDITIONAL INSURED-STATE OF CA,DEPARTMENT OF SCIENCE CENTER., 700 EXPOSITION PARK DR,LOS ANGELES CA 90037-1210. 03 6028BU ADDITIONAL INSURED-CITY OF CARSON,701 E CARSON ST,CARSON CA 90745-2257. 04 6028BU ADDITIONAL INSURED-LOS ANGELES UNIFIED SCHOOL DIST,PROWEST PCM INC ISAOA,22710 PALOMAR ST,WILDOMAR CA 92595-9797. 05 6028BU ADDITIONAL INSURED-PROWEST AND LOS ANGELES,22710 PALOMAR ST, WILDOMAR CA 92595-9797. 06 6028BU ADDITIONAL INSURED-PROWEST AND LOS ANGELES,22710 PALOMAR ST, WILDOMAR CA 92595-9797. 07 6028BU ADDITIONAL INSURED-CITY OF RANCHO CUCAMONGA,10500 CIVIC CENTER DR,RCH CUCAMONGA CA 91730-3801. 6196AA WAIVER OF SUBROGATION UNDER THE LIABILITY COVERAGE. 6018CD COMMERCIAL VEHICLE. 6030GF BUSINESS NAMED INSURED. 6125A AMENDATORY ENDORSEMENT. 6126MD EXCESS COVERAGE FOR PERSONAL VEHICLE SHARING. 6129J AMENDATORY ENDORSEMENT. 6130Q AMENDATORY ENDORSEMENT -EFF MAY 01 2026. 6289DW SINGLE LIMIT LIABILITY COVERAGE. 6771BD AMENDMENT OF NONRENEWAL AND CANCELLATION. 6196AA WAIVER OF SUBROGATION UNDER LIABILITY COVERAGE FOR CITY OF SANTA ANARISK MGMT DIV;CITY OF CARSON;LOS ANGELES UNIFIED SCHOOL DISTRICT; PROWESTPCM INC DBA PROWEST CONSTRUCTORS ISAOA;CITY OF RANCHO CUCAMONGA. 155-3866 CA.2 05-2002 (o1a025fc) Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 B10 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 PL E A S E AT T A C H TO YO U R PO L I C Y BO O K L E T Po l i c y Nu m b e r : 66 9 80 7 7 - D 2 4 - 7 5 H 11 0 2 2 /06 8 4 8 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 ED 1 PL E A S E AT T A C H TO YO U R PO L I C Y BO O K L E T Po l i c y Nu m b e r : 66 9 80 7 7 - D 2 4 - 7 5 H Sh e e t 2 of 5 11 0 2 3 /06 8 4 8 __ _ _ __ _ _ __ _ _ Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 PL E A S E AT T A C H TO YO U R PO L I C Y BO O K L E T Po l i c y Nu m b e r : 66 9 80 7 7 - D 2 4 - 7 5 H 11 0 2 3 /06 8 4 8 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 ED 1 PL E A S E AT T A C H TO YO U R PO L I C Y BO O K L E T Po l i c y Nu m b e r : 66 9 80 7 7 - D 2 4 - 7 5 H Sh e e t 3 of 5 11 0 2 4 /06 8 4 8 __ _ _ __ _ _ __ _ _ Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 PL E A S E AT T A C H TO YO U R PO L I C Y BO O K L E T Po l i c y Nu m b e r : 66 9 80 7 7 - D 2 4 - 7 5 H 11 0 2 4 /06 8 4 8 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 ED 1 PL E A S E AT T A C H TO YO U R PO L I C Y BO O K L E T Po l i c y Nu m b e r : 66 9 80 7 7 - D 2 4 - 7 5 H Sh e e t 4 of 5 11 0 2 5 /06 8 4 8 __ _ _ __ _ _ __ _ _ Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 PL E A S E AT T A C H TO YO U R PO L I C Y BO O K L E T Po l i c y Nu m b e r : 66 9 80 7 7 - D 2 4 - 7 5 H 11 0 2 5 /06 8 4 8 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 ED 1 PL E A S E AT T A C H TO YO U R PO L I C Y BO O K L E T Po l i c y Nu m b e r : 66 9 80 7 7 - D 2 4 - 7 5 H Sh e e t 5 of 5 11 0 2 6 /06 8 4 8 __ _ _ __ _ _ Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 / Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 ED 1 PL E A S E AT T A C H TO YO U R PO L I C Y BO O K L E T Po l i c y Nu m b e r : 66 9 80 7 7 - D 2 4 - 7 5 H Sh e e t 1 of 5 11 0 2 2 /06 8 4 8 __ _ _ __ _ _ __ _ _ Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 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 15120 Bonavista Ave # 103 Santa Fe Springs, Ca 90670-5370 Flooring Contractor ROD-WEST FLOOR COVERING INC. 15120 BONAVISTA AVE # 103 SANTA FE SPRINGS, CA 90670-5370 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" Rod-West Floor Covering Inc. Business TypeRod-West Floor Covering Inc.CONTRACTOR - SPECIALTY February 19, 2026 February 18, 2027 094764 THIS BUSINESS LICENSE TAX CERTIFICATE DOES NOT PERMIT A BUSINESS THAT IS OTHERWISE PROHIBITED. 2027 DBA Rod-West Floor Covering Inc.: 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:02/19/2026 094764Certificate Number:ROD-WEST FLOOR COVERING INC. 15120 BONAVISTA AVE # 103 SANTA FE SPRINGS, CA 90670-5370 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 REVISIONS PL A N S F O R : DATE DRAW / CHECK JOB# 16 1 4 E . H o l t A v e . S u i t e 1 0 6 O n t a r i o , C a l i f o r n i a P h . 9 0 9 . 9 8 3 . 7 7 7 7 © COPYRIGHT: Matlock Design Build, Inc. expressly reserves all rights to these plans by common copyright privileges. These plans may not be reproduced, changed, or copied in any manner or turned over to a third party without the expressed written consent of Matlock Design Build, Inc. 24" X 36" S: \ C l i e n t F i l e s C \ C i t y o f R a n c h o C u c a m o n g a \ 2 3 8 2 - R a n c h o C u c a m o n g a - F l o o r i n g R e f r e s h 2 0 2 6 \ A r c h i t e c t u r a l \ D r a w i n g s \ _ R e v i t \ C e n t r a l P a r k F l o o r i n g 0 4 R 2 5 . r v t A-0.2 SPECIFICATIONS Co m m u n i t y C e n t e r Fl o o r i n g R e p l a c e m e n t 11 2 0 0 B a s e l i n e R d . , R a n c h o C u c a m o n g a , C A 9 1 7 3 0 01/20/26 DH 22382 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 REVISIONS PL A N S F O R : DATE DRAW / CHECK JOB# 16 1 4 E . H o l t A v e . S u i t e 1 0 6 O n t a r i o , C a l i f o r n i a P h . 9 0 9 . 9 8 3 . 7 7 7 7 © COPYRIGHT: Matlock Design Build, Inc. expressly reserves all rights to these plans by common copyright privileges. These plans may not be reproduced, changed, or copied in any manner or turned over to a third party without the expressed written consent of Matlock Design Build, Inc. 24" X 36" S: \ C l i e n t F i l e s C \ C i t y o f R a n c h o C u c a m o n g a \ 2 3 8 2 - R an c h o C u c a m o n g a - F l o o r i n g R e f r e s h 2 0 2 6 \ A r c h i t e c t u r al \ D r a w i n g s \ _ R e v i t \ C e n t r a l P a r k F l o o r i n g 0 4 R 2 5 . r v t A-0.3 SPECIFICATIONS Co m m u n i t y C e n t e r Fl o o r i n g R e p l a c e m e n t 11 2 0 0 B a s e l i n e R d . , R a n c h o C u c a m o n g a , C A 9 1 7 3 0 01/20/26 DH 22382 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 A-1.3 3 A-1.3 1 A-1.2 2 A-1.2 1 Multi-Purpose Room 160 Meeting Room 114 Cedar Glen 166 MTG 147 MTG 148 FAMILY 149 BREAK 150 OFFICE 172 Meeting Rm 139 Meeting Rm 140 A-1.3 2 A-6.1 5 A-6.1 4 A-1.2 3 TYP. 003 TYP. TYP. CPT-2 001 002 012 RB-2 TYP. TYP. TYP. TYP. TYP. 017 TYP. Billiard Room 163 Storage 165 001 CPT-1 019 018TYP. REVISIONS PL A N S F O R : DATE DRAW / CHECK JOB# 16 1 4 E . H o l t A v e . S u i t e 1 0 6 O n t a r i o , C a l i f o r n i a P h . 9 0 9 . 9 8 3 . 7 7 7 7 © COPYRIGHT: Matlock Design Build, Inc. expressly reserves all rights to these plans by common copyright privileges. These plans may not be reproduced, changed, or copied in any manner or turned over to a third party without the expressed written consent of Matlock Design Build, Inc. 24" X 36" S: \ C l i e n t F i l e s C \ C i t y o f R a n c h o C u c a m o n g a \ 2 3 8 2 - R an c h o C u c a m o n g a - F l o o r i n g R e f r e s h 2 0 2 6 \ A r c h i t e c t u r al \ D r a w i n g s \ _ R e v i t \ C e n t r a l P a r k F l o o r i n g 0 4 R 2 5 . r v t A-1.1 KEY FLOOR PLAN Co m m u n i t y C e n t e r Fl o o r i n g R e p l a c e m e n t 11 2 0 0 B a s e l i n e R d . , R a n c h o C u c a m o n g a , C A 9 1 7 3 0 01/20/26 DH 22382 1/16" = 1'-0"1 Admin Offices & Main Halls Flooring Schedule Keynote Manufacturer Pattern Name Size CPT-1 Patcraft i0687 - Colormeld - 00780 - Mocha 18" x 36" CPT-2 Patcraft i0553 - Inclusion Color - 00560 - Lapis 24" x 24" CPT-3 Patcraft i0658 - Make Your Way - 00700 -Frozen Earth 18" x 36" CPT-4 Patcraft i0131 - Color Your World - 00220 - Daffodil 2" x 6' RB-1 Flexco Profiles - Enchanted - 04 Coffee Bean 3/8" x 5" RB-2 Flexco Base 2000 - Cove - 4.5" - 04 Coffee Bean 1/2" x 4-1/2" RTF-1 Armstrong NA142 City Mill - Windstorm 9" x 48" RTF-2 Armstrong NA192 Avila Oak Peruvian Cocoa 6" X 48" RTF-3 Armstrong ST528 Mixer 2 Bordaeux 6" X 36" Keynotes Key Value Keynote Text 001 Remove existing flooring; see Specification Section 02410 Demolition. 002 Remove existing top set base. 003 Existing wood base to remain; protect in place.Provide equal to Burke Flooring 633 Tile Reducer - 1/8"; color to be 502 brown; adhear vertically to (E) wood base; tye @ wood base. 012 Provide Rubber Wall Base all walls; see Specification Section 09651 Rubber Wall Base.Relocate (E)corner guards to 1/2" above (N) Rubber Wall Base; provide wall anchors of same size, material, quantity, & spacing as (E). Repair any areas of dry wall needing repair. 017 Provide floor transition reducers at flooring transitions to ensure less than 1/4" vertical change in level. Typ. 018 Contractor to lift existing furniture cubicles in office areas. 019 Contractor to lift/move 4 billiards tables; city will professionally re-level. CPT-1 Provide carpet tile in color indicated on the Flooring Schedule. CPT-2 Provide carpet tile in color indicated on the Flooring Schedule. RB-2 Provide Wall Base in color and type indicated on the Flooring Schedule. NOTES: 1.Approx. 14,000 sq ft of CPT-1. Contractor to verify. 2. Approx. 3500 sq ft of CPT-2. Contractor to verify. 3.Approx. 450 sq ft of CPT-3. Contractor to verify. 4. Install all CPT-1 and CPT-2 carpet tile 2/3 brick ashlar. 5. Bid-Alternate for rooms 172, 147, 148, 149, and 150. (optional scope of work that may be awarded in addition to the Base Bid if budget allows) Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Meeting Rm 139 Meeting Rm 140 A-6.1 3 2 A-6.1 001 002 011 012 RTF-1 RTF-3 RTF-2 RB-1 18 " 6" 24 " 6" 8" 6" 14 7 " 6" 20 " 6" 43 " FI E L D V E R I F Y 24 ' - 2 " FIELD VERIFY 60' - 6" 27"17"6"186"6"30"6"30"6"48"48"6"30"6"30"6"186"6"18"28" 017 Meeting Room 114 A-6.1 1 001 002 011 012 RTF-1 RTF-2 RTF-1 RTF-2 RTF-3 RTF-1 RB-1 FI E L D V E R I F Y 24 ' - 3 " FIELD VERIFY 36' - 5" 43 " 18 " 6" 9" 6" 6" 12 " 6" 10 8 " 6" 12 " 6" 6" 9" 6" 32 " 40"6"9"6"6"18"6"244"6"18"6"6"9"6"26"25" 017 MTG 147 MTG 148 FAMILY 149 BREAK 150 RTF-1 RTF-1 CPT-1 RTF-1001 002 011 012 RB-1 001 001 001 002 011 012 RB-1 002 011 012 RB-1 002 RB-1 011 012 10' - 11"9' - 0"8' - 10"11' - 9" FI E L D V E R I F Y 13 ' - 1 0 " FIELD VERIFY 40' - 6" 017 017 017 REVISIONS PL A N S F O R : DATE DRAW / CHECK JOB# 16 1 4 E . H o l t A v e . S u i t e 1 0 6 O n t a r i o , C a l i f o r n i a P h . 9 0 9 . 9 8 3 . 7 7 7 7 © COPYRIGHT: Matlock Design Build, Inc. expressly reserves all rights to these plans by common copyright privileges. These plans may not be reproduced, changed, or copied in any manner or turned over to a third party without the expressed written consent of Matlock Design Build, Inc. 24" X 36" S: \ C l i e n t F i l e s C \ C i t y o f R a n c h o C u c a m o n g a \ 2 3 8 2 - R an c h o C u c a m o n g a - F l o o r i n g R e f r e s h 2 0 2 6 \ A r c h i t e c t u r al \ D r a w i n g s \ _ R e v i t \ C e n t r a l P a r k F l o o r i n g 0 4 R 2 5 . r v t A-1.2 ENLARGED FLOORPLANS Co m m u n i t y C e n t e r Fl o o r i n g R e p l a c e m e n t 11 2 0 0 B a s e l i n e R d . , R a n c h o C u c a m o n g a , C A 9 1 7 3 0 01/20/26 DH 22382 1/4" = 1'-0"1 MTG ROOMS 139 & 140 Flooring Schedule Keynote Manufacturer Pattern Name Size CPT-1 Patcraft i0687 - Colormeld - 00780 - Mocha 18" x 36" CPT-2 Patcraft i0553 - Inclusion Color - 00560 - Lapis 24" x 24" CPT-3 Patcraft i0658 - Make Your Way - 00700 -Frozen Earth 18" x 36" CPT-4 Patcraft i0131 - Color Your World - 00220 - Daffodil 2" x 6' RB-1 Flexco Profiles - Enchanted - 04 Coffee Bean 3/8" x 5" RB-2 Flexco Base 2000 - Cove - 4.5" - 04 Coffee Bean 1/2" x 4-1/2" RTF-1 Armstrong NA142 City Mill - Windstorm 9" x 48" RTF-2 Armstrong NA192 Avila Oak Peruvian Cocoa 6" X 48" RTF-3 Armstrong ST528 Mixer 2 Bordaeux 6" X 36" Keynotes Key Value Keynote Text 001 Remove existing flooring; see Specification Section 02410 Demolition. 002 Remove existing top set base. 011 Provide Resilient Tile Flooring; see Specification Section 09619 Resilient Tile Flooring. 012 Provide Rubber Wall Base all walls; see Specification Section 09651 Rubber Wall Base.Relocate (E)corner guards to 1/2" above (N) Rubber Wall Base; provide wall anchors of same size, material, quantity, & spacing as (E). Repair any areas of dry wall needing repair. 017 Provide floor transition reducers at flooring transitions to ensure less than 1/4" vertical change in level. Typ. CPT-1 Provide carpet tile in color indicated on the Flooring Schedule. RB-1 Provide Wall Base in color and type indicated on the Flooring Schedule. RTF-1 Provide Resilient Tile Flooring in color indicated on the Flooring Schedule. RTF-2 Provide Resilient Tile Flooring in color indicated on the Flooring Schedule. RTF-3 Provide Resilient Tile Flooring in color indicated on the Flooring Schedule. 1/4" = 1'-0"2 MEETING ROOM 114 3/8" = 1'-0"3 BID ALT - ROOMS 147, 148, 149 & 150 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 A-6.1 1 FI E L D V E R I F Y 24 ' - 0 " 3' - 3 " 20 ' - 9 " 12 ' - 0 " 2' - 3 " 2' - 3 " EQ . EQ . FIELD VERIFY 36' - 0" 2' - 3"EQ.EQ. 20' - 4"2' - 0"2' - 0" 9' - 0 " 1' - 6 " 1' - 6 " Multi-Purpose Room 160 2' - 3"24' - 4" RTF-1 RTF-2 RTF-1 RTF-3 RTF-1 RTF-2 001 002 011 012 RB-1 017 A-6.1 1 Cedar Glen 166 RTF-1 RTF-1 RTF-2 RTF-2 RTF-3 011 FI E L D V E R I F Y 22 ' - 9 " 22 " 6" 10 " 31 " 6" 12 8 " 6" 20 " 5" 10 " 6" 23 " 24"6"12"12"6"18"6"132"6"18"6"10"18"6"38" FIELD VERIFY 26' - 7" 001 002 012 RB-1 017 0' - 6 " RTF-1 RB-1 001 002 012 FIELD VERIFY 17' - 3" FI E L D V E R I F Y 13 ' - 1 0 1 / 2 " OFFICE 172 017 REVISIONS PL A N S F O R : DATE DRAW / CHECK JOB# 16 1 4 E . H o l t A v e . S u i t e 1 0 6 O n t a r i o , C a l i f o r n i a P h . 9 0 9 . 9 8 3 . 7 7 7 7 © COPYRIGHT: Matlock Design Build, Inc. expressly reserves all rights to these plans by common copyright privileges. These plans may not be reproduced, changed, or copied in any manner or turned over to a third party without the expressed written consent of Matlock Design Build, Inc. 24" X 36" S: \ C l i e n t F i l e s C \ C i t y o f R a n c h o C u c a m o n g a \ 2 3 8 2 - R an c h o C u c a m o n g a - F l o o r i n g R e f r e s h 2 0 2 6 \ A r c h i t e c t u r al \ D r a w i n g s \ _ R e v i t \ C e n t r a l P a r k F l o o r i n g 0 4 R 2 5 . r v t A-1.3 ENLARGED FLOORPLANS Co m m u n i t y C e n t e r Fl o o r i n g R e p l a c e m e n t 11 2 0 0 B a s e l i n e R d . , R a n c h o C u c a m o n g a , C A 9 1 7 3 0 01/20/26 DH 22382 1/4" = 1'-0"1 MPR 160 Flooring Schedule Keynote Manufacturer Pattern Name Size CPT-1 Patcraft i0687 - Colormeld - 00780 - Mocha 18" x 36" CPT-2 Patcraft i0553 - Inclusion Color - 00560 - Lapis 24" x 24" CPT-3 Patcraft i0658 - Make Your Way - 00700 -Frozen Earth 18" x 36" CPT-4 Patcraft i0131 - Color Your World - 00220 - Daffodil 2" x 6' RB-1 Flexco Profiles - Enchanted - 04 Coffee Bean 3/8" x 5" RB-2 Flexco Base 2000 - Cove - 4.5" - 04 Coffee Bean 1/2" x 4-1/2" RTF-1 Armstrong NA142 City Mill - Windstorm 9" x 48" RTF-2 Armstrong NA192 Avila Oak Peruvian Cocoa 6" X 48" RTF-3 Armstrong ST528 Mixer 2 Bordaeux 6" X 36" Keynotes Key Value Keynote Text 001 Remove existing flooring; see Specification Section 02410 Demolition. 002 Remove existing top set base. 011 Provide Resilient Tile Flooring; see Specification Section 09619 Resilient Tile Flooring. 012 Provide Rubber Wall Base all walls; see Specification Section 09651 Rubber Wall Base.Relocate (E)corner guards to 1/2" above (N) Rubber Wall Base; provide wall anchors of same size, material, quantity, & spacing as (E). Repair any areas of dry wall needing repair. 017 Provide floor transition reducers at flooring transitions to ensure less than 1/4" vertical change in level. Typ. RB-1 Provide Wall Base in color and type indicated on the Flooring Schedule. RTF-1 Provide Resilient Tile Flooring in color indicated on the Flooring Schedule. RTF-2 Provide Resilient Tile Flooring in color indicated on the Flooring Schedule. RTF-3 Provide Resilient Tile Flooring in color indicated on the Flooring Schedule. 1/4" = 1'-0"2 CEDAR GLEN 166 3/8" = 1'-0"3 BID ALT - OFFICE 172 Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 3' - 0" RTF-2 RTF-3 RTF-1 TYP. TYP. TYP. 2' - 2 " 013 013 013 6" 20 " 6" 6"30"6" 1' - 6 " 2' - 0" 0' - 6 " 0' - 6" 0' - 9" 0' - 6" 0' - 9 " 0' - 6 " 0' - 6" RTF-1 RTF-3 RTF-2 RTF-1 RTF-2 TYP. TYP. TYP. TYP. TYP. 013 013 013 013 013 (E) Opperable wall panel track Notch floor tile @ center-line to accomodate (E) opperable wall panel track Tile Centered on Floor Track Si n g l e T i l e (E) Opperable wall panel track Notch floor tiles equally @ both edges of both to accomodate (E) opperable wall panel track Ti l e Si n g l e Ti l e Si n g l e Tile Edge @ Floor Track CPT-4 CPT-3 016 FI E L D V E R I F Y 10 ' - 4 1 / 2 " FIELD VERIFY 12' - 1" CPT-3 003 72" 72 " REVISIONS PL A N S F O R : DATE DRAW / CHECK JOB# 16 1 4 E . H o l t A v e . S u i t e 1 0 6 O n t a r i o , C a l i f o r n i a P h . 9 0 9 . 9 8 3 . 7 7 7 7 © COPYRIGHT: Matlock Design Build, Inc. expressly reserves all rights to these plans by common copyright privileges. These plans may not be reproduced, changed, or copied in any manner or turned over to a third party without the expressed written consent of Matlock Design Build, Inc. 24" X 36" S: \ C l i e n t F i l e s C \ C i t y o f R a n c h o C u c a m o n g a \ 2 3 8 2 - R an c h o C u c a m o n g a - F l o o r i n g R e f r e s h 2 0 2 6 \ A r c h i t e c t u r al \ D r a w i n g s \ _ R e v i t \ C e n t r a l P a r k F l o o r i n g 0 4 R 2 5 . r v t A-6.1 FLOORING DETAILS Co m m u n i t y C e n t e r Fl o o r i n g R e p l a c e m e n t 11 2 0 0 B a s e l i n e R d . , R a n c h o C u c a m o n g a , C A 9 1 7 3 0 01/20/26 DH 22382 3/8" = 1'-0"3 ROOMS 139 & 140- CORNER DETAIL 3/8" = 1'-0"1 ROOM 160 & 166 - CORNER DETAIL Flooring Schedule Keynote Manufacturer Pattern Name Size CPT-1 Patcraft i0687 - Colormeld - 00780 - Mocha 18" x 36" CPT-2 Patcraft i0553 - Inclusion Color - 00560 - Lapis 24" x 24" CPT-3 Patcraft i0658 - Make Your Way - 00700 -Frozen Earth 18" x 36" CPT-4 Patcraft i0131 - Color Your World - 00220 - Daffodil 2" x 6' RB-1 Flexco Profiles - Enchanted - 04 Coffee Bean 3/8" x 5" RB-2 Flexco Base 2000 - Cove - 4.5" - 04 Coffee Bean 1/2" x 4-1/2" RTF-1 Armstrong NA142 City Mill - Windstorm 9" x 48" RTF-2 Armstrong NA192 Avila Oak Peruvian Cocoa 6" X 48" RTF-3 Armstrong ST528 Mixer 2 Bordaeux 6" X 36" NOTES: 1.All corners are alternating butt joints as show unless noted otherwise. 2.All Resilient Tile Flooring laps 2/3 full unit length. 3.Install Resilient Tile Flooring in the direction indicated. 4.Install all CPT-3 carpet tile flooring 1/2 lap. 5. Install all CPT-1 and CPT-2 carpet tile 2/3 ashlar. Keynotes Key Value Keynote Text 003 Existing wood base to remain; protect in place.Provide equal to Burke Flooring 633 Tile Reducer - 1/8"; color to be 502 brown; adhear vertically to (E) wood base; tye @ wood base. 013 Mitered corner. 016 Protect (E) Metal Wall Base; Cut Carpet tight to wall. CPT-3 Provide carpet tile in color indicated on the Flooring Schedule. CPT-4 Provide carpet tile in color indicated on the Flooring Schedule. RTF-1 Provide Resilient Tile Flooring in color indicated on the Flooring Schedule. RTF-2 Provide Resilient Tile Flooring in color indicated on the Flooring Schedule. RTF-3 Provide Resilient Tile Flooring in color indicated on the Flooring Schedule. 1 1/2" = 1'-0"2 Floor Track Detail 3/8" = 1'-0"5 North Entry 1/2" = 1'-0"4 Typical Entryway Carpet Docusign Envelope ID: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Certificate Of Completion Envelope Id: C1BFF51B-AAEA-4035-B4C5-D4B9B2879BD9 Status: Completed Subject: PW #2026-101 - Rod West Floor Coverings, Inc. & The City of Rancho Cucamonga Source Envelope: Document Pages: 66 Signatures: 2 Envelope Originator: Certificate Pages: 5 Initials: 0 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 4/2/2026 2:49:08 PM Holder: Jonathan Hilton jonathan.hilton@cityofrc.us Location: DocuSign Signer Events Signature Timestamp L. Dennis Michael Dennis.Michael@cityofrc.us Mayor/President City of Rancho Cucamonga Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 98.148.86.22 Signed using mobile Sent: 4/2/2026 4:27:18 PM Resent: 4/8/2026 1:51:27 PM Viewed: 4/8/2026 1:59:00 PM Signed: 4/8/2026 1:59:36 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Kim Sevy kim.sevy@cityofrc.us City Clerk Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 173.40.98.41 Signed using mobile Sent: 4/8/2026 1:59:39 PM Viewed: 4/8/2026 1:59:51 PM Signed: 4/8/2026 2:00:08 PM Electronic Record and Signature Disclosure: Accepted: 9/10/2025 11:38:14 AM ID: dde6d2fe-a7d9-42a3-b983-4fbcf5294135 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 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: 4/2/2026 3:04:46 PM Viewed: 4/2/2026 4:27:17 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Certified Delivery Events Status Timestamp 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: 4/8/2026 2:00:11 PM Viewed: 4/8/2026 3:29:38 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Carbon Copy Events Status Timestamp Ted Morales theodore.morales@cityofrc.us Superintendent, CSD Security Level: Email, Account Authentication (None) Sent: 4/8/2026 3:29:39 PM Electronic Record and Signature Disclosure: Accepted: 3/17/2026 9:57:28 AM ID: 3dbd18e7-1cd1-4a94-93ff-87a0e9b0b9ea Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 4/2/2026 3:04:46 PM Certified Delivered Security Checked 4/8/2026 3:29:38 PM Signing Complete Security Checked 4/8/2026 2:00:08 PM Completed Security Checked 4/8/2026 3:29:39 PM 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: Kim Sevy, Ted Morales 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.