Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
KL Painting Inc; 2024-12-18; PR-MPW-24002P
Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 18th December 24 Tracking #: CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT BEACH ACCESS PAINTING; CONT. NO. PR-MPW-24002P This contract is made on the ______ day of __________ ~ 20_ ("Contract"), by the City of Carlsbad, California, a municipal corporation ("City") and KL Painting Inc., a California corporation whose principal place of business is 2440 Lorna Lane, 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 project 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 this 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 "Greenbook," 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 incorporated 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 Ordinances 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 Morgan Rockdale (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. PREVAILING WAGE RATES. Any construction, alteration, demolition, repair, and maintenance work, including work 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 California 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 current copy of applicable wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. Contractor 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 shall comply with Section 1776 of the California Labor Code, which requires keeping accurate payroll records, verifying and BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page 1 City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking #: certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply wit h Labor Code Section 1776. 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 t he 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, t he 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://learn.procore.com/procore-certification-subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the on line training or reaching out to the Proco re 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 BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page 2 City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking#: 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. 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: 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 BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page 3 City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking #: non-scheduled. The automobile insurance certificate must state t he 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. 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 LI CENSE. 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. JURISDICTION. 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 seven (7) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within twelve (15) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. KL Painting Inc. (name of Contractor) 899963 (Contractor's license number) C-33; Jan. 31, 2026 (license class. and exp. date) BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page4 2440 Lorna Lane (street address) Carlsbad, CA 92008 (city/state/zip) 760-705-5138 (telephone no.) City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking#: 1000432715; June 30, 2025 klpainting@gmail.com (DIR registrat ion number/exp. date) (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. BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P [signatures on following page] Page 5 City Attorney Approved 2/13/2024 CONTRACTOR KL Painting Inc., a California corporation By: Kody Kinney, CEO/Secretary/CFO (print name/title) By: N/ A single signer (sign here) (print name/title) Tracking#: CITY OF CARLSBAD, a municipal corporation of the State of California By: Kyle Lancaster, Parks & Recreation Department Director If required by City, proper notarial acknowledgment of execution by Contractor must be attached.� 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: __________ _ Deputy / Assistant City Attorney BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page 6 City Attorney Approved 2/13/2024 ATTEST: SHERRY FREISINGER, City Clerk By: _____________________________________ Deputy City Clerk Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking#: 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., to be & Expiration Date Classification Subcontracted & Expiration Date ¼OX\t ~ Total% Subcontracted:-~-------- The Contractor must perform no less than 50% of the work with its own forces. BEACH ACCESS FENCE PAINTING %of Total Contract CONT. NO. PR-MPW-24002P Page 7 City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking #: EXHIBIT B SCOPE OF WORK AND COST Summary: Prep, prime and paint beach access handrails, gates and aluminum fences located on Carlsbad Village Drive, Beech Blvd ., Cypress Ave. and Rue des Chateaux. Work Details: 1. Rue Des Chateaux -$12,160 a. Fences i. Remove all chipping, peeling paint and oxidation from fences before primer. ii. Spot prime all raw areas before finish coats. iii. Paint both fences after primer to match existing color, cut and roll finish, SW Pro Industrial. iv. Only one side of fencing and top caps to be prepped and paint. b. Handrails i. Remove rust and chipping paint by grinding or wire wheel brush. ii. Apply corrosion cure on all rust and raw metal before finish coats are applied. iii. Prime all rust areas with Zero Rust Primer (Oxide metal primer). iv. Apply two-part epoxy, black to match existing color. 2. Cypress Ave. -$11,160 a. Fences i. Remove all chipping, peeling paint and oxidation from fences before primer. ii. Spot prime all raw areas before finish coats. iii. Paint both fences after primer to match existing color, cut and roll finish, SW Pro Industrial. iv. Only one side of fencing and top caps to be prepped and paint. b. Handrails i. Remove rust and chipping paint by grinding or wire wheel brush. ii. Apply corrosion cure on all rust and raw metal before finish coats are applied. iii. Prime all rust areas with Zero Rust Primer (Oxide metal primer). iv. Apply two-part epoxy, black to match existing color. c. Metal Gates i. Remove rust and chipping paint by grinding or wire wheel brush. ii. Apply corrosion cure on all rust and raw metal before finish coats are applied. iii. Prime all rust areas with Zero Rust Primer (Oxide metal primer). iv. Apply two-part epoxy, black to match existing color. 3. Beech Ave -$9,500 a. Fences i. Remove all chipping, peeling paint and oxidation from fences before primer. ii. Spot prime all raw areas before finish coats. iii. Paint both fences after primer to match existing color, cut and roll finish, SW Pro Industrial. iv. Only one side of fencing and top caps to be prepped and paint. b. Handrails i. Remove rust and chipping paint by grinding or wire wheel brush. BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page 8 City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking#: ii. Apply corrosion cure on all rust and raw metal before finish coats are applied. iii. Prime all rust areas with Zero Rust Primer (Oxide metal primer). iv. Apply two-part epoxy, black to match existing color. 4. Christiansen St. -$5,160 a. Handrails i. Remove rust and chipping paint by grinding or wire wheel brush. ii. Apply corrosion cure on all rust and raw metal before finish coats are applied. iii. Prime all rust areas with Zero Rust Primer (Oxide metal primer). iv. Apply two-part epoxy, black to match existing color. b. Metal Gates i. Remove rust and chipping paint by grinding or wire wheel brush. ii. Apply corrosion cure on all rust and raw metal before finish coats are applied. iii. Prime all rust areas with Zero Rust Primer (Oxide metal primer). iv. Apply two-part epoxy, black to match existing color. 5. Grand Ave. -$6,000 a. Handrails i. Mask off all wire railings before prep or paint. ii. Remove rust and chipping paint by grinding or wire wheel brush. iii. Apply corrosion cure on all rust and raw metal before finish coats are applied. iv. Prime all rust areas with Zero Rust Primer (Oxide metal primer). v. Apply two-part epoxy, black to match existing color. 6. Carlsbad Village Drive -$12,160 a. Fences i. Remove all chipping, peeling paint and oxidation from fences before primer. ii. Spot prime all raw areas before finish coats. iii. Paint both fences after primer to match existing color, cut and roll finish, SW Pro Industrial. iv. Only one side of fencing and top caps to be prepped and paint. b. Handrails i. Mask off all wire railings before prep or paint. ii. Remove rust and chipping paint by grinding or wire wheel brush. iii. Apply corrosion cure on all rust and raw metal before finish coats are applied. iv. Prime all rust areas with Zero Rust Primer (Oxide metal primer). v. Apply two-part epoxy, black to match existing color. 7. Oak Ave. -$3,760 a. Handrails i. Remove rust and chipping paint by grinding or wire wheel brush. ii. Apply corrosion cure on all rust and raw metal before finish coats are applied. iii. Prime all rust areas with Zero Rust Primer (Oxide metal primer). iv. Apply two-part epoxy, black to match existing color. Total cost: $59,900.00* *Includes prevailing wage, taxes, paint, materials, fees, labor and materials bond, expenses and all other costs. BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page 9 City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking#: Notes: • Contractor will mask off and protect all areas where work is being performed and collect all paint chips and properly dispose of. • City staff will remove all vegetation that could interfere with the project. BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page 10 City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking#: EXHIBIT C Bond Number: UCSX372X7588 LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to KL Painting Inc. (hereinafter designated as the "Principal"), a Contract for: BEACH ACCESS FENCE PAINTING CONTRACT NO. PR-MPW-24002P in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, KL Painting Inc., as Principal, (hereinafter designated as the "Contractor"), and united Surety I nsu ranee Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of Fifty Nine Thousand Nine Hundred dollars ($ 59,900 ), 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, BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page 11 City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking#: 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. This labor and materials bond may be approved as to form by the City Attorney for the City in counterpart, SIGNED AND SEALED, this _5_th ___ day of December I 2024. _K_L_P_ai_nt_in~g~ln_c _________ (SEAL) _u_n_ite_d_S_u_re_ty_l_ns_u_ra_n_ce_C_o_m_p_an_y ___ (SEAL) (Principal) (Surety) 2-~~ Q~_, ~~ ~ ,,,,,,,,,,,, By·. By· -r • y ~ •• -~ • --y. -~ .,~,,,, \"'SU 0 111 __ ......,....___________ • ,, .. , '" IT"-'I ,, - I ~a~ Anthony Balzano (Signatur,e,,} ~•\_..··•·· .. •·• •... 4'C/.,..,., Attorney In Fact ~ .::::,~ .• • ••. '(<' ,:,. [ "'/ c,o~POR,4,-(C' ·\~l (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY-ATTACH ATTORNEY-18-~~T CERTTFlC'ATE) ] ~ = ~~\ SEAL /t2 APPROVED AS TO FORM: CINDIE K. McMAHON City Attorney By: 0~i,., fr~SC Deputy /Assistant City Attorney BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page 12 -:. /).... /'\-~ .... ,.,. • ............. •· ,,' ,, ,, ,,,, ,,, ,,,,,..,,,,, City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Ohio County of ___ H_a_m_il_to_n ______ _ before me Jessica M. Doll, Notary Public ! ------------------(insert name and title of the officer) personally appeared Awfu o:v,,vl ~tl\7&1,VTO who proved to me on the basis of sl:itisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of Ohio paragraph is true and correct. that the foregoing ,,,,,,,"''i'A"''•,,,,,, WITNESS my hand and official seal. ( ·:, ~ i .. l (S JESSICA M. DOLL Notary Public, State of Ohio My Commission Expires: April 15, 2028 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Ill UNITED CASUAL TY AND SURETY INSURANCE COMPANY US Casualty and Surety Insurance Company United Surety Insurance Company 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, Tracie J. Rutzinski, Dawn E. Gittens, Rick Bredow its true and lawful Attomey(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 suretyshlp 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 31", 2025. This Power of Attorney ls 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 1" day of July, 1993: Resolved that the Pre5ident, Treasurer, or Secretary be and they are heraby authorized and empowarr,d to appoint Attorneys•in-Filct of the Company, In its name 3nd a:. its acts to execute and acknowledge for and on It, behalf as Surety any ond nil bonds, recognizances, contracts of Indemnity, waivers of citation and all other wrlti"8' obligatory In the natme thereof, with power to attach thereto the seol of the Company. Any such writings so executed by such Attorneys-In-Fact shall be bindiny upon the Company as If they had been duly executed and acknowledscd 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 moy be affixed by facsimile to ony power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obi/gallon In the nature thereof; such signature and seal, when so used being hereby adopted by the Company as \he 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 13th day of May, 2024 Corporate Sea Is Commonwealth of Massachusetts County of Suffolk ss: UNITED CASUALTY AND SURETY INSURANCE COMPANY US Casualty and Surety Insurance Company United Surety Insurance Company 12. '-{~ f,v 1 J.v,. R. Kyle Fowler, Treasurer On this 13th day of May, 2024 , 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 PENALlY OF PERJURY under the laws of the Commonwealth of Massachusetts that the foregoing paragraph Is true and correct. WITNESS my hand and seal, ,--------------------. . COLLEEN A. COCHRANE Notary Public, Commonwealth of Massachltletts My Commission Ex~res 10/2712028 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. 5th In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Boston, Massachusetts this __________ day of December 2024 Corporate Seals Robert F. Thomas, President TO CONFIRM AUTiif.N'flCITY OF THIS BOND OR DOCUMENT EMAi!,; CONFIRMBONO@UNITEDCASUALTY.COM 12/5/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Tracking#: 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: □ The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. □ The Fleet is exempt from the Regulation under Section 2449.1(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. □ Contractor and/or their subcontractor is unable to procure R99 or R100 renewable diesel fuel as defined in the Regulation pursuant to Section 2449.1(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). □ 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). )Q The Fleet does not fall under the Regulation or are otherwise exempt and a detailed reasoning is attached to this certification. Name of Contractor: KL Painting Inc. Title: CEO/Secretary/CFO Date: BEACH ACCESS FENCE PAINTING CONT. NO. PR-MPW-24002P Page 14 City Attorney Approved 2/13/2024 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 KLPAINT-01 CPECKHA M ACORDe CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 6/27/2024 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 License # OL78680 ~2l'iI~CT Rock 10 Insurance Services rtg,N:o, Ext): (866) 376-2510 I FAX PO Box 15608 (A/C, No):(866) 376-2511 San Diego, CA 92175 i~lJb.,.,, service@rock1Oinsurance.com INSURER/SI AFFORDING COVERAGE NAIC# 1NSURERA :Continental Casualtv Comoanv 20443 INSURED INSURER B: lnfinitv Select Insurance Co. 20260 KL Painting Inc INSURER c: National Union Fire Ins. Co. 19445 2440 Lorna Lane INSURERD: Carlsbad, CA 92008 INSURER E: 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. INSR TYPE OF INSURANCE ADDL ~,~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS LTR INSD ,..,./DDNVVYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 f--□ CLAIMS-MADE [Kl OCCUR DAMAGE TO RENTED 100,000 X X C6984546721 512712024 512712025 PRE"'""" iE:a occurrencel $ MED EXP /Anv one person) $ 5,000 f--2,000,000 PERSONAL & ADV INJURY $ f--4,000,000 RGEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ [Kl PRO-□ 4,000,000 POLICY JECT LOC PRODUCTS -COMP/OP AGG $ OTHER: $ 8 ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT 1"• accidentl $ 1,000,000 ANY AUTO 50011866901 612712024 612712025 BODILY INJURY (Per person) $ f--OWNED ~X SCHEDULED f--AUTOS ONLY f--AUTOS BODILY INJURY f Per accident\ $ X ~Lrvb°s ONLY X NON-gWNED AUTO ONLY IP~~~.\=c~~J?AMAGE $ $ C UMBRELLA LIAB ~ OCCUR EACH OCCURRENCE $ 1,000,000 f--BE018576833 512712024 512712025 1,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION I ~~f,-1 ITF I I ~JH-AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE □ NIA 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 City of CarlsbadlCMWD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. clo EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 AUTHORIZED REPRESENTATIVE ~u~ I ACORD 25 (2016103) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registe red marks of ACORD Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 BEST CHOICE CONTRACTOR PROGRAM Blanket Additional Insured -Owners, Lessees or Contractors This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number: C6 984546721 I Endorsement Effective: os/27 /2024 at 12:01 a.m. Named Insured: KL PAINTING INC SCHEDULE Name of Additional Insured Person(s) (Specific) or Organization(s): (Blanket) Any person or organization that the Named Insured is obligated by virtue of a written contract or written agreement to make an additional insured on this Coverage Part, provided such contract or agreement: • Is currently in effect or becomes effective during the policy period; and and • Was executed prior to: a. the bodily injury, or property damage; or b. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Location(s) of Covered Operations: Any location in the "coverage territory" that is subject and to the contract or agreement specified above. A. Section II -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only to the extent that the person or organization shown in the Schedule is held liable for your acts or omissions arising out of your ongoing operations performed for that 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, includ ing 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 part of the same project. C. With respect to the insurance afforded to these additional insureds, this insurance also does not apply to bodily injury, property damage or personal and advertising injury arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. D. Primary and Noncontributory Insurance If so required by a written contract or written agreement, this insurance will be primary to, and wi ll not seek contribution from, other insurance under which the additional insured is a named insured. But in all other instances, and notwithstanding anything to the contrary in the condition entitled Other Insurance, this insurance will be excess of any other insurance available to the additional insured. CNA97587XX (3-2022) Policy No: C6984546721 Page 1 of 2 Endorsement No: Effective Date: os/27 /2024 Insured Name: KL PAINTING INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc. used with permission. Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 BEST CHOICE CONTRACTOR PROGRAM Blanket Add itional Insured -Owners, Lessees or Contractors E. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following to the condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit: Any additional insured pursuant to this Coverage Part will, as soon as possible: 1. Give us written notice of any claim, or of any occurrence or offense that may result in a claim; 2. Send us copies of all legal papers received and otherwise cooperate with us in the investigation, defense or settlement of the claim; and 3. Make available any other insurance and tender the defense and indemnity of any claim to any other insurer or self-insurer whose policy or program applies to a loss that we cover under this Coverage Part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. F. Solely with respect to the insurance granted by this endorsement: 1. The words "you" and "your" refer to the Named Insured shown in the Declarations. 2. Your work means work or operations performed by you or on your behalf, and materials parts or equipment furnished in connection with such work or operations. G. Blanket Waiver of Subrogation We waive any right of recovery we may have against an entity that is an additional insured under the terms of this endorsement with respect to payments we make for injury or damage arising out of your work done under a written contract or written agreement with that person or organization, provided such contract or agreement: 1. Requires such a waiver of our rights; 2. Is currently in effect or becomes effective during the policy period; and 3. Was executed prior the bodily injury, property damage or personal and advertising injury that gave rise to the claim. 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. CNA97587XX (3-2022) Page 2 of 2 Insured Name: KL PAINTING INC Policy No: C6984546721 Endorsement No: Effective Date: os/27 /2024 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc. used with permission. Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 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 "occutrences" 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: C6984546721 Endorsement No: Effective Date: os/27 /2024 Copyright CNA All Rights Reserved. Includes material copyrighted by Insurance Services Office, Inc. used with their pennission. Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDNYYY) ~ 09/30/2024 ------, 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 vvn,"v Brenda Gonzalez NAME: Ibsen Insurance Agency LLC ri:,gNtio Extl: 530-668-8818 I (JVC, No): 530-379-2826 414 Fourth St. Ste A """'"' .. brenda@ibseninsurance.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# Woodland CA 95695 INSURER A: Mid Century Insurance Company 21687 INSURED INSURERB: KL PAINTING INC INSURER C: 2440 LORNA LANE INSURERD: INSURERE: Carlsbad CA 92008 INSURERF: 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 . .. ,~~ TYPE OF INSURANCE POLICY NUMBER .. "' .-v .. ,v ""'" LIMITS LTR INSD WVD (MM/DDNYYY) (MM/DDNYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ -□ CLAIMS-MADE □ OCCUR L.1rw11rv,.;,1-. I U '\L.l"f I C.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 :SIN\,Lt: LIMII $ (Ea accident) ~ ANY AUTO BODILY INJURY (Per person) $ -ALL OWNED ~ SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ ~ ~ NON-OWNED HIRED AUTOS AUTOS (P~'i'~t~id1e~t)"'iv"""'c: $ --$ UMBRELLA LIAB HOCCUR EACH OCCURRENCE $ -EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION $ $ WORKERS COMPENSATION XI ~f~UTE I l \,JIH- AND EMPLOYERS' LIABILITY ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE m N/A E.L. EACH ACCIDENT $ 1,000,000 A OFFICER/MEMBER EXCLUDED? y A09514719 10/01/2024 10/01/2025 (Mandatory In NH) E.L. DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) The City of Carlsbad is listed as Additional insured on the named lnsured's workers compensation policy for all projects with the city. Waiver of Subrogation applies in favor of the certificate holder on the workers compensation policy 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 Compliance Services ACCORDANCE WITH THE POLICY PROVISIONS. PO Box947 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: E12132F1-CFDC-49B7-8081-92321ABEDB89 I 111111111111111 11111111111111 Entity Details Corporation Name Entity No. Formed In STATE OF CALIFORNIA Office of the Secretary of State STATEMENT OF INFORMATION CORPORATION California Secretary of State 1500 11th Street Sacramento, California 95814 (916) 653-3516 Street Address of Principal Office of Corporation Principal Address Mailing Address of Corporation Mailing Address Attention Street Address of California Office of Corporation Street Address of California Office Officers Officer Name Officer Address 11111111111111111 IIIII 111111111111111 111111111111111 IIIII IIIII IIIII IIII IIII KL PAINTING INC 4005361 CALIFORNIA 2440 LORNA LANE CARLSBAD, CA 92008 2440 LORNA LANE CARLSBAD, CA 92008 2440 LORNA LANE CARLSBAD, CA 92008 Position(s) BA20240357570 For Office Use Only -FILED- File No.: BA20240357570 Date Filed: 2/23/2024 KODY L KINNEY 2440 LORNA LANE Chief Executive Officer, Secretary, Chief Financial Officer CARLSBAD, CA 92008 Additional Officers Officer Name I Officer Address I Position I Stated Position None Entered Directors Director Name Director Address KODY L KINNEY 2440 LORNA LANE CARLSBAD, CA 92008 The number of vacancies on Board of Directors is: 0 Agent for Service of Process Agent Name KODY L KINNEY Agent Address 2440 LORNA LANE CARLSBAD, CA 92008 Type of Business Type of Business PAINTING CONTRACTOR Email Notifications Opt-in Email Notifications Yes, I opt-in to receive entity notifications via email. Labor Judgment No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal therefrom is pending, for the violation of any wage order or provision of the Labor Code. ll1 I\.) u, I\.) -.J I I\.) w u, 0 0 I\.) ........ I\.) w ........ I\.) 0 I\.) "'" u, 0 -.J ~ :s: ::ti (I) 0 (I) I-'· <: (I) p. tr '<l n p, f--' I-'· H-, 0 t-; ::s I-'· p, Ul (I) 0 t-; (I) rt p, t-; '<l 0 H-, Ul rt p, rt (I) Page 1 of 2 Docusign Envelope ID: E12132F1-CFDC-49B7-8081-92321ABEDB89 Electronic Signature ~ By signing, I affirm that the information herein is true and correct and that I am authorized by California law to sign. Kody Kinney 02/23/2024 Signature Date o:I I\.) (JI I\.) -..J I I\.) w (JI ,_. 0 I\.) ......... I\.) w ......... I\.) 0 I\.) ""' (JI 0 -..J ltJ ::s: :;ti (1) ('l (1) I-'· <: (1) 0.. tr '-< () P> I-' I-'· Hi 0 Ii ::s I-'· P> (/) (1) ('l Ii (1) rt-P> Ii '< 0 Hi (/) rt- P> rt-(1) Page 2 of 2