Loading...
HomeMy WebLinkAboutKL Painting Inc; 2025-12-30; PWM26-3977FACDocusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 30th December PWM26-3977FAC CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT DOVE LIBRARY GALLERY FLOOR AND BASEBOARD RENOVATION This contract is made on the ______ day of __________ ~ 2025 ("Contract"}, by the City of Carlsbad, California, a municipal corporation ("City"} and KL Painting, Inc., a California corp1oration, whose principal place of business is 2440 Lorna Ln, Carlsbad, CA 92008 ("Contractor"}. City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the proj'rct described by these Contract Documents (hereinafter called "Project"}. PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in thfs Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, as contained in the Standard Specifications for Public Works Construction "Greenback," latest edition and including all errata; Part 1 General Provisions, addendum(s} to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incoriporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordi~ances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by Daniel Smith (City Project Manager}. PAYMENT. The city shall withhold retention as required by Public Contract Code Section 9203. PREV~ILING WAGE RATES. Any construction, alteration, demolition, repair, installation, and maintenance work,. includingwork performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Contract constitute "public works" under Calif9rnia Labor Code Section 1720 et seq., and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773 and 1773.1 of the California Labor Code. Consistent with the requirement of Section 1773.2 of the California Labor code, a cur~ent copy of applicable wage rates may be obtained via the internet at: www.dir.ca .gov/dlsr/. Contr~ctor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Contract. Contractor and any subcontractors shafl comply with Sectidn 1776 of the California Labor Code, which requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Labor Code Section 1776. Dove Library Gallery Floor and Baseboard Renovation Page 1 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 PWM26-3977FAC DIR REGISTRATION. California Labor Code Section 1725.5 requires the Contractor and any subcontractor or subconsultant performing any public work under this Contract to be currently registered with the California Department of Industrial Relations ('DIR'), as specified in Labor Code Section 1725.5. Labor Code Section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Contract, Contractor must furnish the City with the subcontractor or subconsultant's current DIR registration number. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATION. Contractor's vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. CALIFORNIA AIR RESOURCES BOARD (CARB) IN-USE OFF-ROAD DIESEL FUELED FLEETS REGULATION. Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. More information about the requirements and Contractor's required certification is provided in Exhibit D. CONSTRUCTION MANAGEMENT SOFTWARE. Procore Project Management and Collaboration System. This project may utilize the Owner's Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non- productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training/ tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http:ljlearn.procore.com/procore-certification-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFls, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. Dove Library Gallery Floor and Baseboard Renovation Page 2 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 PWM26-3977FAC FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this Contract and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five (5) years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: Kody Kinney REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Property damage insurance in an amount of not less than ........ $2,000,000 Automobile Liability Insurance in the amount of $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that 30 days written notice shall be given to the City prior to such cancellation. Dove Library Gallery Floor and Baseboard Renovation Page 3 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 PWM26-3977FAC The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. INDEMNITY. Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. THIRD PARTY RIGHTS. Nothing in this Agreement should be construed to give any rights or benefits to any party other than the City and Contractor. JURISDICTION AND VENUE. This Agreement shall be interpreted in accordance with the laws of the State of California. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Contract is San Diego County, California. Start Work: Contractor agrees to start within five (S) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within twenty (20) working days after receipt of Notice to Proceed. Dove Library Gallery Floor and Baseboard Renovation Page4 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 CONTRACTOR'S INFORMATION. Kl Painting, Inc. (name of Contractor) 899963 (Contractor's license number) C-33 01/31/2026 (license class. and exp. date) 2000000347 06/30/2028 (DIR registration number and exp. date) PWM26-3977FAC 2440 Lorna ln (street address) Carlsbad, CA 92008 (city/state/zip) 760-613-9891 (telephone no.) klpainting@gmail.com (e-mail address) AUTHORITY. The individuals executing this Contract and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Contract. [signatures on following page] Dove Library Gallery Floor and Baseboard Renovation Page 5 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 CONTRACTOR KL PAINTING,_ INC. a California corporation By: Kody Kinney, President & CFO (print name, title} By: (sign here) (print name, title) PWM26-3977FAC CITY OF CARLSBAD, a municipal corporation of the State of California By: Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager ATTEST: SHERRY FREISINGER, City Clerk By: Deputy/ Assistant City Clerk If required by City, proper notarial acknowledgment of execution by Contractor must be attached. li._g corporation. Contract must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM : CINDIE K. McMAHON, City Attorney BY: __ ll_il-\.\_¼'--4---t>t,\,_S ____ _ Assistant City Attorney Dove Library Gallery Floor and Baseboard Renovation Page 6 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 PWM26-3977FAC EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Type of Work Business Name and Address DIR Registration No. License No., %of tobe & Expiration Date Classification Total Subcontracted & Expiration Contract Date t-J-Dnl Total% Subcontracted: __ o __ ·~/_'. __ _ The Contractor must perform no less than 50% of the work with its own forces. Dove Library Gallery Floor and Baseboard Renovation Page 7 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 PWM26-3977FAC EXHIBITS DOVE LIBRARY GALLERY FLOOR AND BASEBOARD RENOVATION Contractor to provide all labor, specified materials, and tools to replace baseboard and coat concrete floors of the Dove Library Art Gallery, 1775 Dove Lane, Carlsbad, CA 92011. Scope of work is to include: • Removing existing carpet squares in Gallery Storage Room. • Preparing all floors to ensure proper adhesion of new coating. • Painting floors with Sherwin Williams Armorseal SW7074 "Software" color (or equivalent). • Installing new baseboard on Gallery and Partition walls, removing existing baseboard as-needed for proper fit of new material. City to provide new baseboard. • Painting new baseboard with Sherwin Williams Pro Industrial SW7015 "Repose Gray" low gloss (or equivalent). • Installing new rubber cove base in Storage Room, material provided by the City. • Paint three metal doors Sherwin Williams Pro Industrial "Repose Gray" semi gloss (or equivalent). All work and materials are to be in accordance with Contractor's proposal dated October 17, 2025, and attached to this agreement as Exhibit E. Jobsite is to be maintained in a safe, workmanlike manner at all times. JOB QUOTATION . ITEM NO. UNIT QTY DESCRIPTION PRICE ' 1 LS 1 Storage room carpet and glue removal $1,200 2 LS 1 Prep and paint all floors $11,200 3 LS 1 Prep, paint, and install new baseboards $16,800 4 LS 1 Labor and materials bond $730 TOTAL* $ 29,930 *Includes taxes, fees, expenses and all other costs. Dove Library Gallery Floor and Baseboard Renovation Pages City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 Bond #: UCSX372X8239 Premium : $748.00 Corrected Original EXHIBIT C LABOR AND MATERIALS BOND PWM26-3977FAC WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to KL Painting, Inc., (hereinafter designated as the "Principal"), a Contract for: DOVE LIBRARY GALLERY FLOOR AND BASEBOARD RENOVATION in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, KL Painting, Inc., as Principal, (hereinafter designated as the "Contractor"), and United Surety: Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of twenty-nine thousand nine hundred thirty dollars ($29,930), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Dove Library Gallery Floor and Baseboard Renovation Page 9 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 PWM26-3977FAC This labor and materials bond may be approved as to form by the City Attorney for the City in counterpart, and the counterparts shall all constitute a single, original instrument. SIGNED AND SEALED, this 16th day of December I 2025. _K~L~P_a=in=t=in_...g..,.,~ln=c~. ______ (SEAL) United Surety Insurance Company (SEAL) (Principal) (Surety) By:_a;:-,_0 ______,~~y _ By: .~½I :!}Aitlf -,L--ds'mrturei#/ Kelly Specht~n-fact (Signature) (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-IN-FACT CERTIFICATE) APPROVED AS TO FORM: CINDIE K. McMAHON City Attorney By: Assistant City Attorney Dove Library Gallery Floor and Baseboard Renovation Page 10 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 TEXAS ORDINARY CERTIFICATE OF ACKNOWLEDGMENT CIVIL PRACTICE & REMEDIES CODE § 121.007 • The State of Texas County of ---'B=-=e=xa=r _____ _ LANIE DAVIS MC CROSSAN Notary ID #133477012 My Commission Expires December 6, 2029 Place Notary Seal and/or Stamp Above Before me, Delanie Davis-McCrossan. Notary Public Name and Character of Notarizing Officer, e.g., "John Smith, Notary Public" on this day personally appeared Kelly Specht Name of Signer IXl known to me □ proved to me on the oath of Name of Credible Witness D proved to me through _______ _ Description of Identity Card or Document to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. Given under my hand and seal of office this 16th day of December 2025 Day Month Year ~~r,.,1i1~aD Mc~ Signature of Notarizing Officer ---------------OPTIONAL --------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: __ C_o_rr_e_cte_d_O_r---=ig_in_al_P_a-'-ym_e_n_t _Bo_n_d_#_U_C_SX_3_7_2X_8_2_39 ___________ _ Document Date: -~D=e~ce=m=b=e~r 1~6~2=0=2~5 ____________ Number of Pages: __ 2 ___ _ Signer(s) Other Than Named Above: __ N_o_O_t_he_r_S~ig_ne_r_s _________________ _ • ©2016 National Notary Association• www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5243 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 ucs POWER OF ATTORNEY 171372 KNOW ALL MEN BY THESE PRESENTS: That United casualty and Surety Insurance Company, a corporation of the State of Nebraska, and US Casualty and Surety Insurance Company and United Surety Insurance Company, assumed names of United Casualty and Surety Insurance Company (collectively, the Companies), do by these presents make, constitute and appoint: Kelly Specht, Kandis Gregory, Anthony Balzano, JoAnn Smith, Cynthia S. Richter, Richard J. Taylor, Madeline Brown, Zachary R. Bradley, Donna Stolzenbach Felicia Thomas, Dawn E. Gittens, Rick Bredow, Ralph Earl Brown Ill, Ann Robertson, Kenda Freeman, Alexis Estrada, Deborah Perry, Shaun Sullivan its true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed Three Million Five Hundred Thousand & 00/100 Dollars ( $3,500,000.00 ). This Power of Attorney shall expire without further action on December 31st, 2026. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Board of Directors of the Companies at a meeting duly called and held on the 1st day of July, 1993: Resolved that the President, Treasurer, or Secretary be and they are hereby authorized and empowered to appoint Attorneys-in-Fact of the Company, in its name and as its acts to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected Officers of the Company in their own proper persons. That the signature of any officer authorized by Resolutions of this Board and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereunto affixed, this 14th day of March, 2025 Corporate Seals Commonwealth of Massachusetts County of Suffolk ss: UNITED CASUALTY AND SURETY INSURANCE OOMPANY US Casualty and Surety Insurance Company United Surety Insurance Company R KyleEler, Treasurer on this 14th day of March, 2025 before me, Colleen A. Cochrane, a notary public, personally appeared, R. Kyle Fowler, Treasurer of United Casualty and Surety Insurance Company, US Casualty and Surety Insurance Company and United Surety Insurance Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity on behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the Commonwealth of Massachusetts that the foregoing paragraph is true and correct. WITNESS my hand and seal. fl} COLLEEHA. COCHRANE Nclaly Pulilic, Commlinwealth of Massachusetts f.lyCooimissionEJJK,res 10/27/202& • I, Robert F. Thomas, President of United Casualty and Surety Insurance Company, US Casualty and Surety Insurance Company and United Surety Insurance Company do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Boston, Massachusetts this --'-16cc.t.c.h'--___ day of 2025 Corporate Seals Robert F. Thomas, President TO CONFIRM AUTHENTICITY OF THIS BOND OR DOCUMENT EMAIL: CONFIRMBOND@UNITEDCASUALTY.COM Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 PWM26-3977FAC EXHIBITD In-Use Off-Road Diesel-Fueled Fleet Regulation Requirements CARB implemented amendments to the In-Use Off-Road Diesel Fueled Fleets Regulations that apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. More information about the requirements can be found at https://ww2.arb.ca.gov/our-work/programs/use-road-diesel-fueled-fleets-regulation Contractors are required to comply with the requirements of the In-Use Off-Road Diesel-Fueled Fleet regulations, including, without limitation, compliance with Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. The City is a "Public Works Awarding Body," as that term is defined under Title 13 California Code of Regulations Section 2449(c)(46). Accordingly, the Contractor must submit, with their pre-award contract documents, valid Certificates of Reported Compliance (CRC)for the Contractor's fleet, and for the fleets of any listed subcontractors (including any applicable leased equipment or vehicles). Failure to provide a valid CRC, will limit the city's ability to proceed with awardfng thfs Contract. Contractor has an on-going obligation for term of this Agreement to provide copies of Contractor's. as well as all listed subcontractors. most recent CRC issued by CARB. Throughout the Project, and for three (3) years thereafter, Contractor shall make available for inspection and copying any and all documents or information associated with Contractor's and subcontractors' fleet including, without limitation, CRC, fuel/refueling records, maintenance records, emissions records, and any other information the Contractor is required to produce, keep or maintain pursuant to the Regulation upon two (2) calendar days' notice from the City. Dove Library Gallery Floor and Baseboard Renovation Page 11 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 PWM26-3977FAC EXHIBIT D (CONT.) IN-USE OFF-ROAD DIESEL-FUELED FLEET REGULATION CERTIFICATION Contractor hereby acknowledges that they have reviewed the CAR B's policies, rules and regulations and are familiar with the requirements of In-Use Off-Road Diesel-Fueled Fleet Regulation. Contractor hereby certifies, subject to the penalty of perjury, that the option checked below relating to the Contractor's fleet, and/or that of their subcontractor(s) ("Fleet") is true and correct D The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. D The Fleet is exempt from the Regulation under Section 2449.l(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. D Contractor and/or their subcontractor is unable to procure R99 or RlOO renewable diesel fuel as defined in the Regulation pursuant to Section 2449.l(f)(3). Contractor shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i.e., third party correspondence or vendor bids). D The Fleet is exempt from the requirements of the Regulation pursuant to Section 2449(i)(4) because this Project has been deemed an "emergency", as that term is defined in Section 2449(c)(18). Contractor shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to Section 2449(i)(4). r¢ The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name of Contractor: ""K=L..:..P=a=in=ti:.:.an.,.g.._. l""n""'c._. ____________ _ Signature :---,,c-✓-----,--,,7/.___Ly¥----- Name: Kody Kinney Title: President & CFO Dove Library Gallery Floor and Baseboard Renovation Page 12 City Attorney Approved 6/5/24 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 KL PAINTING, INC License # 899963 DIR:2000000347,exp.6/30/2028 Kody Kinney 2440 Lorna Lane Gartsbad, CA 92008 Phone: 760-613-9891 Office: 760-705-5138 Email: klpainting@gmail.com ATTN: Dan Smith 405 Oak Ave. Carlsbad, CA 92008 Phone: 442-339-2943 office Phone: 760-573-9280 cell Email: dan.smith®carlsbadca.aov EXHIBIT E Contractor's Proposal JOB SITE Dove Library 1775 Dove Lane Carlsbad, CA 92011 Job Description Art Room Gallery and Storage Room: 1. Remove all carpet from storage room 2. Prep, remove all glue, and clean all floors before finish coats are applied PWM26-3977FAC Estimate October 17, 2025 3. Paint floor of galle1y AND adjacent storage room, two coats finish, Sherwin Williams Armorseal 11-eadplex, "Software" SW -7074 4. Install and paint new baseboard (City will provide) in Art Galle1y, two coats finish paint, demo'ing existing maple wood base as needed for new base to sit flush on walls 5. Install and paint new baseboard (City will provide) on movable walls, bNo coats finish paint, ripping to match height of base on galle1y's walls 6. Install new rubber base (City will provide) in Storage Room 7. Paint double doors in storage room, inteIior side only, paint door in art galle1y, two coats finish oaint to match wall color Notes: 1. Mask and protect all areas where work is being performed -2. Caulk and patch all holes and seams in baseboards before finish coats 3. Touch up paint on walls if necessaIy, no paint on walls otherwise 4. Art room to be cleared out by City of Carlsbad staff prior to starting 5. All material, labo,~ equipment, and taxes are include 6. This is a prevailing wage project 7. Start date to be on or after December 16 2025 comoletion on or before Januarv 30 2026 Art Room Galler & Storage Room Floors: • Paint and Install Baseboards: Payment & Performance Bond: $730.00 Total Due Upon Completion: $29,930.00 *This is an estimate only, not a contract for services. This estimate is for completing the job as described above. It is based on our evaluation and does not include material price increases or additional labor and materials which may be required should unforeseen problems arise after the work has started. We look forward to serving you in the future •*This price is valid for 90 days from date of estimate Dove Library Gallery Floor and Baseboard Renovation Page 13 Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 ~ KLPAINT-01 CSOSNA ACORD• CERTIFICATE OF LIABILITY INSURANCE I DA TE (MMIIJ!l/VYYY) ~ 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 pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions d 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 License # OL78680 lj2~T Rock 10 Insurance Services 8 i::.tt• 1866) 376-2510 1 r~. No1:(B66) 316-2511 Po Box 15608 San Diego, CA 92175 ~M61~ ..... servicetmrock1 Oinsurance.com INSURER(SI AFFORDING COVERAGE NAICI 1NsuRER A: Continental Casualtv Com0anv 20443 INSURED 1NsuRER a: lnfinitv Select insurance Co. 20260 KL Painting Inc INSURER c : National Union Fire Ins, Co. 19445 2440 Lorna Lane INSURER 0: Carlsbad, CA 92008 INSURERE: INSURERF: COVER.AGES 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. •r,: T'IPE OF INSURANCE I~ I~ POLICY NUMBER ,:oi-1cv.8'.~ POUCYEXP LIMITS ... A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE s 2,000,000 -~ CLAIMS-MADE 00 OCCUR ~U9~~ce\ 100,000 X X K:6984546721 512712025 512712026 s -MEO EXP l'"""orle""ISCllll s 5,000 -2,000,000 PERSONAL & ArN INJURY s --- RGENL AGGREGATE LIMIT APPLIES PER: GENERAL.AGGREGATE s 4,000,000 POI.ICY 00 ~ □ LOC PRODUCTS -COMP/OP AGG s 4,000,000 OTHER: s B AU [()MOBILE LIABILRY ~~~INGI.E LIMIT s 1,000,000 -X /IN'(Al/TO 50011866901 6/2712025 6/27/2026 BODILY INJURY IPer ae!S011) s ---~'lPONLY ~ SCHEDULED ----AUTOS BODILY INJURY (Per aceidentl s -~Wffi.ON.Y -~~ r~=.iFAAGE s s C UMBRELLA LIAB ~ OCCUR EACH OCCURRENCE s 1,000,000 -BE018576833 5127/2025 512712026 1,000,000 X EXCESSLIAB ClAIMs-MAOE AGGREGATE s OED I I RETENTION s s WORKERS COMPENSA T19N I ~~~TIJTE I l~i\'+ AND EMPLOYERS" LIABIL TY Yf N /INf PROPRIETORIPAR?NERIEXECI/TIYE □ NfA E.L. EACH ACCIDENT s ~=NEXa.UOED? E.L. l'llSEASE -EA EM01 nYE~ S If ~desa'lbe under D IPTION OF OPERATIONS belDW E.L DISEASE -POLICY LIMIT s DESCRIPTION OF OPERATIONS I LOCATION 5 I IIEHICLES (ACOR> 101. AdditlOnll RelTllfb SCllldUle, ffllY lie attached if more SDece is reauiredl CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTMORIZED REPRESENTATIVE I c~~ ACORD 25 (2016/03) ©1988-2015ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDNYYY) ~ 07/11/2025 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 CONTACT Chandra Myslin NAME: Rock 10 Insurance Services ritjgN:0 Extl: (866) 376-2510 I FAX IA/C, Nol: 7125 El Cajon Boulevard Ste. 8 E-MAIL service@rock1Oinsurance.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# San Diego CA 92115 INSURER A: Continental Casualty Company 20443 INSURED INSURERB: Infinity Select Ins Co 20260K KL Painting Inc INSURERC: 2440 Lorna Lane INSURERD: INSURER E: Carlsbad CA 92008 INSURER F: COVERAGES CERTIFICATE NUMBER: 25-26 MASTER REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOWtlAVE BEEfq"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 ,~, POLICYEFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER fMM/DD/YYYYl fMM/DD/YYYYl LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 I CLAIMS-MADE [81 OCCUR DAMAGE TO RENTED 100,000 PREMISES (Ea occurrence) $ MED EXP (Any one person) $ 5,000 -A y y C6984546722 05/27/2025 05/27/2026 PERSONAL &ADV INJURY $ 2,000,000 - GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 ~ [81 PRO-DLoc $ 4,000,000 POLICY JECT PRODUCTS -COMP/OP AGG OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) - ANY AUTO BODILY INJURY (Per person) $ -OWNED ~ SCHEDULED B 50011866901 06/27/2025 06/27/2026 BODILY INJURY (Per accident) $ -AUTOS ONLY -AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) --$ UMBRELLA LIAB HOCCUR EACH OCCURRENCE $ - EXCESS LIAB CLAIMS-MADE AGGREGATE $ DE□ I I RETENTION $ $ WORKERS COMPENSATION I PER I IOTH- AND EMPLOYERS' LIABILITY STATUTE ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE □ N/A E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: All Projects. Additional Insured status applies to City of Carlsbad under the Commercial General Liability Policy subject to attached endorsements. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad/CMWD c/o EXIGIS Insurance ACCORDANCE WITH THE POLICY PROVISIONS. Compliance Services AUTHORIZED REPRESENTATIVE P.O. Box 947 Murrieta CA 92564 ~~ I © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 CNA BEST CHOICE CONTRACTOR PROGRAM Blanket Addltlonal Insured -owners, Lessees or Contractors Thia andorwnent modtllea lnauranca pnwldad under 1116 l'clCIMlg: COMMERCIAL GENERAL LIABIUTY COVERAGE PARr Palio., Number. C8984548722 I Endo!wananl Effildive: 05127/2025 at12:01 Lffl. Named lnsand: KL PAINTING INC 8CHEDULE Name or Addlllonll 1,-urad Pa-,Ca) (Spadftc) or araanllratlon(a): (Blankilt) Alfl penion or organlmUon that the Named lnaurad i. obllslat■d bJ vlrtua of • Wlltten contnu:t or Wlltten ...-,ant to 11111b an addttl.-J 1,-urec11 on tllla eo-aa• Pat, pn,vldad aucll £Glltrad or agrwnent: • la CIIINntly In llffKt or bacolllN etractll/9 dullng tha polcy pallod; and and • W.. .. c:uliad pllorto: L th• bodily lnJu!J, or property damqe; or II. Ille otrenae lllat oauNd Ille peraonal and adwltlalng lnJuiy; forwhleh the addlllonal lnaurad 9Nks cown ... Location(•) of CcN■lld Opal'lllllo,-: Alfl laaallon In Ill• ••--a• tllnttlDly" that la aulljNt end to the CClllllnld or agnHlfflant apaclllad lbcml. A. hc:Uon ■-Who la An 1,-urad la amended to Include a 1!11 ln■ured the pel'IGf'I or 0111anlzatlon 1hown In Ille Schad•, but only to tha extant that tha plll1ICII or organlzallon ahown In Iha Schad!N Ill held llabla fer your Ilda or cmsalons aJlslng out at your ongoing opeudlons pall'o1111ad for that lnsind. a. With respect to U. inaut11nea affoldad to U-edditionel illllftdl, 1118 following edllti-i exdu&iOM apply: This lminnc:e doee not apply to bodlJ lnJUIJ or prvperlJ damap oc:cunlng after. 1. All-1c, lnclu~ matallale, part& or equipment fumlahecl In connac:llon with auch \\Uk, on the prafact (other than &eMc:e, maintenance or repairs) to be perlllmlad by or on behalf of U. addlllcJ,.l ..,red(s) at tho location or the covered opetalione ha& been completed; or 2. 1hat pol1lon of your Wlllk out of which the 111)ury or damage arle■a tu been put to 1111 Intended 1118 by any pel1IQII or organization olherthan anollMi, w,b&tui "' a,;bc.Gi,ba..tior engaged In parfonnlng opera!lona fer • prlnclpal aa part du. aame pn,Jact. C. Wllh reaped to 1he in,unmc:e affonled to 1lteee additional il'lllnds, 1hil il'IM1IIICiO also ~ not apply to bodlly Injury, propeity damqa or penonal 111d adverllllng Injury arlalng out of the randarlng of, or the fallure to randllr, IWl'f profwlonal archlladllral, engineering or 1urvaylng aarvk:as, lncludlng: 1. 1he prep■lng, appromg, orfllllng to prep■a or eppl'DWI, maps, 8llop dlN1ngs, opinions, repolls, 1urvay9, field ordln. dmnge on1-or dnrM111• end IIP8Qficetiot ,a; or 2. SupervlBo!y, lnllp9Cllon ... ti item,,al or engineering ac1Mtla. D. Pllnwy and Nonoontllbuloly lnaura,- lf so required by• wri!en cont,ect or .nttan agreement, lhil insurance will be priffl81Y to, and wll not soek con!ribution flam, other ineurance IDier -+tid'i Iha additional illllnd i• • mnad illllnd. But in all other Submiseion No:QCN07274351-2 Page 1 of2 Insured Nmne :KL PAINTING INC PalieyNoc Effective Date: 0612.7/W.6 ~CNAAI Rfllhll Rn 1md. lnclldoo ~M»d n..itl ol ~ 6erdcN 01b, Inc. UMdv.tll P4fftlllllon. Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 CNA BEST CHOICE CONTRACTOR PROGRAM Blanket Addltlonal Insured -owners, Lessees or Contractors lnatancaa, and notwttllatandlng anything to Iha c:ontrmy In Iha ccndlllon en111111d DIiier IIIMftllce, 1h18 ineul'lllce will be oxce1, ?f lflY olher ineinnce evtileble to 1he eddjijonel insind. E. Solelywlth respadto the lnauranoe IP1ll8d by this endcnJ11mant, the IIIICllan en111111d COM:.L!CIAL GENERAL LIABILJTY CONDfflONS la amaidad to add the riAMt.g to Iha condition en1ltled Dull• Inn. Event or OCcull'MICe, Ollen-. Clllm or a«a: Ant additionel ineured PlftU8l1I 11, thie Covel89e Pert ..,.;11, ee eoon u poeellle: 1. Give u:, .nttan nollce of any dalm, « of any-,1n11i:e or olfanla lhat may n111ult In a dab; 2. Send us copies of al legal papem nlC8Mld and o1herwlae cooperate with ua In Iha IIM81lgatlon, dafenaa ar aelllllmllllt of Illa clalm; and S. Make IMlilble NIY other ineuranoe and tender the defenN IIICI indemmy C1f any daim 1D any other imuw or •lf•lnaurwwhOl8 pollcy or program appllee to a 10881hal: wa cover underthla COVlll1IV9 Part. tkw..-.w, If Iha wrtttan contract requl188 1111111 lnauranoe to be prlma,y and non-conblbutory, 111& paragraph I. doaa not apply to .-.ranee on whicll the additiOnal insured it• named infured. F. Solely with reeped to the lnauranoe glVlled by 1h11 endcnement: 1. The words "-,al' and j<our" niwto Iha Named lnaured 111-.i In tha Dec:lanltlona. 2. YDlr-rlc means WOik or operations perfonned by yai or an yair behalf, and matllllala parts or equ~ment fUmlelled In connedlon with euct, work or operation,. G. Blubt W.hw of Scaoaatlen We waive any right of nKXMl,Y wa may have agalnat an an1lly that la an addltlonal llnaured under 1h11 tanna of this endanlemant v.1th INpact to payment& we make for lnJiay er dmnage arising out of your WOik done under • writlilln conlted er writcen ei,ee.,1811\ "Mth that person or oig.,izrion, pl'CMded fuel! conlrect or qreement 1. Raqul1'119 8lldl a waiver al our llghb; 2. la cuminlly In effect or bacom• all'acllva cllmg Iha pollcy pallod; Md ll. Wa executed pllortha llladllJ lnJu,y, property damage er peraonel and adwlftlalng l~iay 1h8t gaw riSO lo tho claim. All olhor temw 811d c:onditione of the Policy remain unchanged. 11118 andol'9Mll8nt, which fonna a plllt at and la for atlac:hment 1D Iba Palley l88U8CI by the dealgnatad Insurers, tekes effed on Iha ell'ec!MI date of Mid Poley et the IIOII' elated In .. Id Polley, unlOM ell01tier etrod!Ve date,. shown below, and upif88 CQIICUll'8ntly with 98id Pol~. Submisaion No:QCN07274351-2 Page2of2 Insured Nmne :KL PAINTING INC PalicyNo: Effecllv9 Date: 06/27.12t126 ~CNAAI Rfllhll Rn 1md. lnclldM ~M»d 11-.111 ol ~ s.i\lcM 01b, Inc. UMdliltll P«lllllllon. Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 BEST CHOICE CONTRACTOR PROGRAM General Aggregate Limit -Per Project Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. For each single construction or service project away from premises the Named Insured owns or rents, a separate Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: A. all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard;" and B. all medical expenses under Coverage C; that arise from "occurrences" or accidents which can be attributed solely to ongoing operations at that project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Project General Aggregate Limit applicable to any other project. II. All: A. damages under Coverage B, regardless of the number of locations or projects involved; B. damages under Coverage A, caused by "occurrences" which cannot be attributed solely to ongoing operations at a single project, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard"; and C. medical expenses under Coverage C, caused by accidents which cannot be attributed solely to ongoing operations at a single project, will reduce the General Aggregate Limit shown in the Declarations. Ill. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the "occurrence" can be attributed solely to ongoing operations at a particular project. IV. 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, regardless of the number of projects involved. V. If a single construction or service project away from premises owned by or rented to the Named Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, such project will still be deemed to be the same project. VI. The provisions of 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. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA97898XX (4-2020) Page 1 of 1 Insured Name: KL PAINTING INC Policy No: C6984546722 Endorsement No: Effective Date: 05/27/2025 Copyright CNA All Rights Reserved. Includes material copyrighted by Insurance Services Office, Inc. used with their permission. Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 10/7/2025 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 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 NAM1:':'"' Certificate Department Ibsen Insurance Agency LLC wgNfio, Ext): 530-668-8818 I fffc, No): 530-379-2826 4144thSt 1:-MAIL denise@ibseninsurance.com ADDRESS: Ste A INSURER(S) AFFORDING COVERAGE NAIC# Woodland CA 95695 INSURER A: Mid Century Insurance Company 21687 INSURED INSURER B: KL PAINTING INC INSURERC: 2440 LORNA LANE INSURERD: INSURERE: Carlsbad CA 92008 INSURER F: 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. 1r,;:,R TYPE OF INSURANCE POLICY NUMBER l'ULl\,T err l'ULl\,T CAI' LIMITS LTR INSD WVD (MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ ~ D CLAIMS-MADE □ OCCUR uM,v'"'-'C I U ,,.c, 11:U PREMISES (Ea occurrence) $ MED EXP (Any one person) $ ~ PERSONAL & ADV INJURY $ ~ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ Fl □PRO-DLoc PRODUCTS -COMP/OP AGG $ POLICY JECT OTHER: $ AUTOMOBILE LIABILITY l,UMt:llNCU ::>INl.,LC LIMI I $ (Ea accident) ~ ANY AUTO BODILY INJURY (Per person) $ ~ ALL OWNED -SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ ~ -NON-OWNED '\.\Jr 1-n. I T UI\IVll\\::IC. $ HIRED AUTOS AUTOS (Per accident) ~ - $ UMBRELLA LIAB HOCCUR EACH OCCURRENCE $ ~ EXCESSLIAB CLAIMS-MADE AGGREGATE $ OED I I RETENTION $ $ WORKERS COMPENSATION XI STATUTE I I ER -AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE ~ E.L. EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? N/A y A09514719 10/1/2025 10/1/2026 (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City ofCarlsbad/CMWD c/o EXIGIS Insurance Compliance Services ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 947 AUTHORIZED REPRESENTATIVE Murrieta GA 92564 ~~ I © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 WORKERS COMPENSATION AND EMPLOYERS UABIUIY INSURANCE POLICY BLANKETWAIVEROFOURRIGHTlORECOVERFROMOTHERSENDORSEMENT-CAUFORNIA WC990631 (Ecl.6-20) We have the rig ht to recover our payments from anyone liable for an injury covered by th is policy.We will not enforce our rig ht against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under aw ritten contract that requires you to obtain this agreement from us.) The additional premium for this endorsement shall be __ }:.Q_ % of the California workers compensation premium otherwise due on such remuneration, subject to am inim um charge of _il~.Q ___ . All written contracts in the state(s) of: CA This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The lnl'onnlltlan below la required anlywhenthlll endoraement la i-ed aubaequent to preparation of the pollcy.) Endorsement Effective 10/01 /25 Insured KL PAINTING INC (CORP) 2440 LO RNA LN CARLSBAD WC990631 (Ed. 6-20) CA 920081034 Policy No. A0951-47-19 Endorsement No. Insurance Company M ID-CENTURY INSURANCE COMPANY Countersigned By ____________________ _ Includes copyright mate rial of the Workers Compensation Insurance Rating Bureau of California. All rights reserved. COMPANY PROFILE Company Information UNITED CASUALTY AND SURETY INSURANCE COMPANY DBA Name: UNITED SURETY INSURANCE COMPANY 303 CONGRESS STREET BOSTON, MA 02210 800-829-2663 Old Company Names Effective Date UNITED CASUALTY & SURETY COMPANY INC 04/12/2017 Agent For Service Vivian Imperial 818 WEST SEVENTH STREET SUITE 930 LOS ANGELES CA 90017 Reference Information NAIC #:36226 California Company ID #:6163-0 Date Authorized in California:08/06/2018 License Status:UNLIMITED-NORMAL Company Type:Property & Casualty State of Domicile:NEBRASKA back to top NAIC Group List NAIC Group #:0000 Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. SURETY back to top Company Profile Company Search Company Search Results CompanyInformation Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint CompanyPerformance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer © 2008 California Department of Insurance Docusign Envelope ID: C8154214-F8BA-4E6D-B6E6-800CA2C2CF20 1.. CALIFORNIA ' DEPARTMENT OF INSURANCE