Loading...
HomeMy WebLinkAboutUnited Site Services of California Inc DBA United Site Services; 2023-06-13; PSALCA-23102-CAPSALCA-23102-CA City Attorney Approved Version 12/28/2022 1 AGREEMENT FOR EQUIPMENT SERVICES FOR TGIF CONCERTS IN THE PARKS SERIES UNITED SITE SERVICES OF CALIFORNIA, INC. DBA UNITED SITE SERVICES THIS AGREEMENT is made and entered into as of the _____ day of _________, 2023, by and between the City of Carlsbad, California, a municipal corporation, ("City"), and United Site Services of California, Inc DBA United Site Services, (“Contractor") (collectively, the “Parties”.) RECITALS A. City requires the professional services of a temporary toilet service provider that is experienced in temporary toilet services, as described in Exhibit “A” and Exhibit “B”. B. Contractor has the necessary experience in providing professional services and advice related to temporary toilet services, as described in Exhibit “A” and Exhibit “B”. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A" and Exhibit “B”, which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of six (6) months from the date first above written. The City Manager may amend the Agreement to extend it for three (3) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment including an updated quote, and the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed twelve thousand five hundred dollars ($12,500). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed twelve thousand five hundred dollars ($12,500) per Agreement year. Customer shall pay for services properly performed hereunder within thirty (30) days of receipt of Contractor’s invoice for such services. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 13th June PSALCA-23102-CA City Attorney Approved Version 12/28/2022 2 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including reasonable attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, reasonable attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. Notwithstanding the foregoing, Contractor’s indemnity obligations shall not exceed Contractor’s proportional extent of cause. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 PSALCA-23102-CA City Attorney Approved Version 12/28/2022 3 carrier is required to 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. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. 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. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 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. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 PSALCA-23102-CA City Attorney Approved Version 12/28/2022 4 maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Richard Schultz Name Sean McDowell Title Cultural Arts Manager Title Director of Contracts Department Library & Cultural Arts Address 118 Flanders Road, Ste 1000 City of Carlsbad Westborough, MA 01581 Address 1775 Dove Lane Phone No. 508-320-4073 Carlsbad, CA 92011 Email sean.mcdowell@unitedsiteservices.com Phone No. 442-339-2086 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 PSALCA-23102-CA City Attorney Approved Version 12/28/2022 5 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes No 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 □ ■ PSALCA-23102-CA City Attorney Approved Version 12/28/2022 6 Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, 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 information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 PSALCA-23102-CA City Attorney Approved Version 12/28/2022 7 26. AUTHORITY The individuals executing this Agreement 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 Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California UNITED SITE SERVICES By: By: (sign here) SUZANNE SMITHSON Library & Cultural Arts Director As authorized by the City Manager SEAN MCDOWELL Director of Contracts (print name/title) ATTEST: By: (sign here) For SHERRY FREISINGER ANGELA L. FLEMING Governmental Contracts City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President 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: For CINDIE K. McMAHON, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 PSALCA-23102-CA City Attorney Approved Version 12/28/2022 8 EXHIBIT “A” SCOPE OF SERVICES AND FEE Contractor has a documented history of providing services at previous City events. Contractor was selected because of their requisite skill and reliable service to provide clean, well-maintained portable toilets and handwashing stations for large crowd-sized events across San Diego County. 1. CONTACT INFORMATION Contractor Sector Account Manager Specials and Events Ahna Covell, 760-445-6086, Ahna.Covell@unitedsiteservices.com City • Cultural Arts Manager Richard Schultz, 442-339-2068, richard.schultz@carlsbadca.gov • Program & Venues Coordinator Thomas Johnston, 442-339-2093, thomas.johnston@carlsbadca.gov • Cultural Arts Administration 442-339-2090 2. SERVICE LOCATIONS Fridays, July 7 through August 11 ALL DAY Dates Locations July 7 and July 14, 2023 Stagecoach Community Park 3420 Camino de los Coches, Carlsbad, CA July 21, 2023 Poinsettia Community Park 6600 Hidden Valley Road, Carlsbad, CA July 28, 2023 Calavera Hills Community Park 2997 Glasgow Drive, Carlsbad, CA August 4 and August 11, 2023 Alga Norte Community Park 6565 Alicante Road, Carlsbad, CA 3. CONTRACTOR’s RESPONSIBILITY On-site portable and service plan • Provide portable toilets, hand washing sanitizing, hot/cold sink, and crowd control barricades for six (6) TGIF concerts. • Deliver equipment listed above before each concert as specified in the attached quote (Exhibit “B”.) • Maintain the cleanliness and functionality of all portable toilets, hand washing stations, and hot/cold sinks. • Provide padlocks and keys for all portable toilets, locked and unlocked by the TGIF crew at the beginning and conclusion of each concert. • Relocate portable toilets, hand washing stations, hot/cold sink, and crowd control barricades to each park identified in the contract. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 PSALCA-23102-CA City Attorney Approved Version 12/28/2022 9 4. CONTRACTOR’s ON-SITE SCHEDULE TIME ACTIVITY 6 a.m. – 12 p.m. Contractor will deliver identified equipment three (3) days prior to the concerts at the four (4) designated locations. The portables and all related equipment must be serviced, maintained, and remain on-site at each location for the duration of two to three weeks, based on the concert schedule. All day Contractor will service the 12 portables and all related equipment over the course of the park-site concert schedule, weekly, at each location. 7:30 a.m. – 12 p.m. Relocate on Tuesday, after the scheduled concerts at each park. Contractor will remove portables and all related equipment from each concert location, within the assigned timeframe, and relocate to the next concert site. 5. CITY’s RESPONSIBILITY • Provide a site event map and on-site contact list. • Provide a location for staging Contractor’s equipment. • Provide a canopy tent, if Contractor requests. 6. HEALTH & SAFETY All activities occurring at City facilities, all parties must adhere to the guidance from the state, country, and local authorities on health and safety protocols. City staff will inform Contractor what the current guidelines are prior to their arrival and upon entering a City facility. Safety protocols may include, but are not limited to, hand washing, temperature testing, requiring face coverings, and maintaining physical distancing of six (6) feet. 7. FEES SCHEDULE In accordance with United Site Services of California quotes – Exhibit “B” • Quote #414-2436300 • Quote #414-2437460 • Quote #414-2437475 • Quote #414-2437489 8. INVOICING/PAYMENT All invoices shall be submitted monthly for payment to the Cultural Arts Manager or designee and shall be sufficiently detailed to include related activities, location, hours and total costs. Final invoice approval will be completed by the City’s Library & Cultural Arts Director or designee. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 PSALCA-23102-CA City Attorney Approved Version 12/28/2022 10 EXHIBIT “B” CONTRACTOR’S QUOTES The quotes for each site are attached: • Quote #414-2436300 • Quote #414-2437460 • Quote #414-2437475 • Quote #414-2437489 DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 United Site Services of California, Inc. 7910 Othello Ave SAN DIEGO, CA 92111 Salesperson Contact Sell To:CITY OF CARLSBAD CULTURAL ARTS THOMAS JOHNSTON 1775 DOVE LN CARLSBAD, CA 92011-4048 Ship To:CITY OF CARLSBAD CULTURAL ARTS Concert #1 Stagecoach Com Park 3240 Camino Del Los Coches CARLSBAD, CA 92008 Site Service Quotation 414-2436300Quote No.:03/24/23Quote Date:04/23/23Quote Expires: Office: Mobile: +1 619-509-2489 Adam Pratt Fax: adam.pratt@unitedsiteservices.com LAX-65157 442-245-0983 Cust. #: Terms:Due Upon Receipt Phone: Comments & Special Instructions Delivery and servicing instructions are as follows: •Toilets, handwashing stations, and barricades are placed within 100 feet of the concert site in each park. Delivered between 6 am – 8 am. •The units will be delivered on the first Friday at each concert location, serviced on Saturday morning and remain locked and chained except during the concerts. •Delivery driver(s) provide city staff with a key to the pad locks for each toilet •Each unit will be equipped with a secondary containment under-liner •City staff are responsible for chaining up the barricades between concerts •City staff will be onsite during delivery day(s) Item Unit Quantity From Thru Unit Price Total Price Deluxe Restroom EA 12 07/07/23 07/17/23 30.00 360.00 one time Deluxe Restroom Service EA 12 07/07/23 07/17/23 25.00 300.00 one time Deliver all equipment between 6am - 8am Deluxe Restroom Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .660.00 Containment Trays EA 12 07/07/23 07/17/23 5.00 60.00 one time Hand Sanitizer Refill EA 12 07/07/23 07/17/23 8.00 96.00 one time Toilet Seat Cover EA 12 07/07/23 07/17/23 5.00 60.00 one time Special Event Service - DXR EA 12 07/08/23 07/17/23 25.00 300.00 one time Lock Restroom after service Lock and Key - DXR RESTROOM EA 12 07/07/23 07/17/23 0.00 0.00 one time Continued.. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Uni ted .. SITE SERVICESl--■I United Site Services of California, Inc. 7910 Othello Ave SAN DIEGO, CA 92111 Salesperson Contact Sell To:CITY OF CARLSBAD CULTURAL ARTS THOMAS JOHNSTON 1775 DOVE LN CARLSBAD, CA 92011-4048 Ship To:CITY OF CARLSBAD CULTURAL ARTS Concert #1 Stagecoach Com Park 3240 Camino Del Los Coches CARLSBAD, CA 92008 Site Service Quotation 414-2436300Quote No.:03/24/23Quote Date:04/23/23Quote Expires: Office: Mobile: +1 619-509-2489 Adam Pratt Fax: adam.pratt@unitedsiteservices.com LAX-65157 442-245-0983 Cust. #: Terms:Due Upon Receipt Phone: Item Unit Quantity From Thru Unit Price Total Price ADA Wheelchair Accessible EA 2 07/07/23 07/17/23 75.00 150.00 one time ADA Wheelchair Accessible Svc EA 2 07/07/23 07/17/23 50.00 100.00 one time ADA Wheelchair Accessible Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .250.00 Lock and Key - ADA RESTROOM EA 2 07/08/23 07/17/23 0.00 0.00 one time Special Event Service - ADA EA 2 07/08/23 07/17/23 30.00 60.00 one time 2 Station Sink EA 4 07/07/23 07/17/23 25.00 100.00 one time 2 Station Sink Service EA 4 07/07/23 07/17/23 40.00 160.00 one time 2 Station Sink Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .260.00 Special Event Service - 2ss EA 4 07/07/23 07/17/23 25.00 100.00 one time Fence - Barricades (70 PCS)FT 490 07/07/23 07/17/23 2.25 1,102.50 one time Deliver all equipment between 6am - 8am 7/17/23 - Remove all equipment between 6am - 8am Delivery & Removal - 2 trucks EA 2 07/07/23 07/17/23 100.00 200.00 one time Deliver all equipment between 6am - 8am 7/17/23 - Remove all equipment between 6am - 8am Tax: 72.08 Total: 3,220.58 3,148.50Subtotal: Accepted:_________________________________________Date:_______________ NOTE: Total prices have been calculated for 1 billing period only. Damage Waiver is optional. Please read the terms and conditions on the last page of this document for more information. Remit To: United Site Services, PO Box 660475, Dallas, TX 75266-0475 DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Uni ted .. SITE SERVICESl--■I United Site Services of California, Inc. 7910 Othello Ave SAN DIEGO, CA 92111 Salesperson Contact Sell To:CITY OF CARLSBAD CULTURAL ARTS THOMAS JOHNSTON 1775 DOVE LN CARLSBAD, CA 92011-4048 Ship To:CITY OF CARLSBAD CULTURAL ARTS Concert#2 - Pointsettia Park 6600 Hidden Valley Rd. CARLSBAD, CA 92008 Site Service Quotation 414-2437460Quote No.:03/30/23Quote Date:04/29/23Quote Expires: Office: Mobile: +1 619-509-2489 Adam Pratt Fax: adam.pratt@unitedsiteservices.com LAX-65157 442-245-0983 Cust. #: Terms:Due Upon Receipt Phone: Comments & Special Instructions Delivery and servicing instructions are as follows: •Toilets, handwashing stations, and barricades are placed within 100 feet of the concert site in each park. Delivered between 6 am – 8 am. •The units will be delivered on the first Friday at each concert location, serviced on Saturday morning and remain locked and chained except during the concerts. •Delivery driver(s) provide city staff with a key to the pad locks for each toilet •Each unit will be equipped with a secondary containment under-liner •City staff are responsible for chaining up the barricades between concerts •City staff will be onsite during delivery day(s) Item Unit Quantity From Thru Unit Price Total Price Deluxe Restroom EA 12 07/21/23 07/24/23 30.00 360.00 one time Deluxe Restroom Service EA 12 07/21/23 07/24/23 25.00 300.00 one time 7/21/23 - Deliver all equipment between 6am - 8am 7/24/23 - Remove all equipment between 6am - 8am Deluxe Restroom Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .660.00 Containment Trays EA 12 07/21/23 07/24/23 5.00 60.00 one time Hand Sanitizer Refill - INSIDE DXR RESTRO EA 12 07/21/23 07/24/23 8.00 96.00 one time Toilet Seat Cover EA 12 07/21/23 07/24/23 5.00 60.00 one time Lock and Key - DXR RESTROOM EA 12 07/21/23 07/24/23 0.00 0.00 one time ADA Wheelchair Accessible EA 2 07/21/23 07/24/23 75.00 150.00 one time ADA Wheelchair Accessible Svc EA 2 07/21/23 07/24/23 50.00 100.00 one time Continued.. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Uni ted .. SITE SERVICESl--■I United Site Services of California, Inc. 7910 Othello Ave SAN DIEGO, CA 92111 Salesperson Contact Sell To:CITY OF CARLSBAD CULTURAL ARTS THOMAS JOHNSTON 1775 DOVE LN CARLSBAD, CA 92011-4048 Ship To:CITY OF CARLSBAD CULTURAL ARTS Concert#2 - Pointsettia Park 6600 Hidden Valley Rd. CARLSBAD, CA 92008 Site Service Quotation 414-2437460Quote No.:03/30/23Quote Date:04/29/23Quote Expires: Office: Mobile: +1 619-509-2489 Adam Pratt Fax: adam.pratt@unitedsiteservices.com LAX-65157 442-245-0983 Cust. #: Terms:Due Upon Receipt Phone: Item Unit Quantity From Thru Unit Price Total Price ADA Wheelchair Accessible Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .250.00 Lock and Key - ADA EA 2 07/21/23 07/24/23 0.00 0.00 one time 2 Station Sink EA 4 07/21/23 07/24/23 25.00 100.00 one time 2 Station Sink Service EA 4 07/21/23 07/24/23 40.00 160.00 one time 2 Station Sink Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .260.00 Fence - Barricades (70 PCS)FT 490 07/21/23 07/24/23 2.25 1,102.50 one time Delivery & Removal EA 2 07/21/23 07/24/23 100.00 200.00 one time Deliver all equipment between 6am - 8am 7/24/23 - Remove all equipment between 6am - 8am Tax: 72.08 Total: 2,760.58 2,688.50Subtotal: Accepted:_________________________________________Date:_______________ NOTE: Total prices have been calculated for 1 billing period only. Damage Waiver is optional. Please read the terms and conditions on the last page of this document for more information. Remit To: United Site Services, PO Box 660475, Dallas, TX 75266-0475 DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Uni ted .. SITE SERVICESl--■I United Site Services of California, Inc. 7910 Othello Ave SAN DIEGO, CA 92111 Salesperson Contact Sell To:CITY OF CARLSBAD CULTURAL ARTS THOMAS JOHNSTON 1775 DOVE LN CARLSBAD, CA 92011-4048 Ship To:CITY OF CARLSBAD CULTURAL ARTS Concert #3- Calavera Hills 2997 Glascow Dr. CARLSBAD, CA 92008 Site Service Quotation 414-2437475Quote No.:03/30/23Quote Date:04/29/23Quote Expires: Office: Mobile: +1 619-509-2489 Adam Pratt Fax: adam.pratt@unitedsiteservices.com LAX-65157 442-245-0983 Cust. #: Terms:Due Upon Receipt Phone: Comments & Special Instructions Delivery and servicing instructions are as follows: •Toilets, handwashing stations, and barricades are placed within 100 feet of the concert site in each park. Delivered between 6 am – 8 am. •The units will be delivered on the first Friday at each concert location, serviced on Saturday morning and remain locked and chained except during the concerts. •Delivery driver(s) provide city staff with a key to the pad locks for each toilet •Each unit will be equipped with a secondary containment under-liner •City staff are responsible for chaining up the barricades between concerts •City staff will be onsite during delivery day(s) Item Unit Quantity From Thru Unit Price Total Price Deluxe Restroom EA 12 07/28/23 07/31/23 30.00 360.00 one time Deluxe Restroom Service EA 12 07/28/23 07/31/23 25.00 300.00 one time 7/28 - Deliver all equipment 6am - 8am 7/31 - Pick up All equipment 6am - 8am Deluxe Restroom Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .660.00 Containment Trays EA 12 07/28/23 07/31/23 5.00 60.00 one time Hand Sanitizer Refill EA 12 07/28/23 07/31/23 8.00 96.00 one time Toilet Seat Cover EA 12 07/28/23 07/31/23 5.00 60.00 one time Lock and Key - DXR EA 12 07/28/23 07/31/23 0.00 0.00 one time ADA Wheelchair Accessible EA 2 07/28/23 07/31/23 75.00 150.00 one time ADA Wheelchair Accessible Svc EA 2 07/28/23 07/31/23 50.00 100.00 one time Continued.. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Uni ted .. SITE SERVICESl--■I United Site Services of California, Inc. 7910 Othello Ave SAN DIEGO, CA 92111 Salesperson Contact Sell To:CITY OF CARLSBAD CULTURAL ARTS THOMAS JOHNSTON 1775 DOVE LN CARLSBAD, CA 92011-4048 Ship To:CITY OF CARLSBAD CULTURAL ARTS Concert #3- Calavera Hills 2997 Glascow Dr. CARLSBAD, CA 92008 Site Service Quotation 414-2437475Quote No.:03/30/23Quote Date:04/29/23Quote Expires: Office: Mobile: +1 619-509-2489 Adam Pratt Fax: adam.pratt@unitedsiteservices.com LAX-65157 442-245-0983 Cust. #: Terms:Due Upon Receipt Phone: Item Unit Quantity From Thru Unit Price Total Price ADA Wheelchair Accessible Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .250.00 Lock and Key - ADA EA 1 07/28/23 07/31/23 0.00 0.00 one time 2 Station Sink EA 4 07/28/23 07/31/23 25.00 100.00 one time 2 Station Sink Service EA 4 07/28/23 07/31/23 40.00 160.00 one time 2 Station Sink Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .260.00 Fence - Barricades (70 PCS)FT 490 07/28/23 07/31/23 2.25 1,102.50 one time Delivery & Removal EA 2 07/28/23 07/31/23 100.00 200.00 one time 7/28 - Deliver all equipment 6am - 8am 7/31 - Pick up All equipment 6am - 8am Tax: 72.08 Total: 2,760.58 2,688.50Subtotal: Accepted:_________________________________________Date:_______________ NOTE: Total prices have been calculated for 1 billing period only. Damage Waiver is optional. Please read the terms and conditions on the last page of this document for more information. Remit To: United Site Services, PO Box 660475, Dallas, TX 75266-0475 DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Uni ted .. SITE SERVICESl--■I United Site Services of California, Inc. 7910 Othello Ave SAN DIEGO, CA 92111 Salesperson Contact Sell To:CITY OF CARLSBAD CULTURAL ARTS THOMAS JOHNSTON 1775 DOVE LN CARLSBAD, CA 92011-4048 Ship To:CITY OF CARLSBAD CULTURAL ARTS Concert #4 - Alga Norte Park 6565 Alicante Ave. CARLSBAD, CA 92008 Site Service Quotation 414-2437489Quote No.:03/30/23Quote Date:04/29/23Quote Expires: Office: Mobile: +1 619-509-2489 Adam Pratt Fax: adam.pratt@unitedsiteservices.com LAX-65157 442-245-0983 Cust. #: Terms:Due Upon Receipt Phone: Comments & Special Instructions Delivery and servicing instructions are as follows: •Toilets, handwashing stations, and barricades are placed within 100 feet of the concert site in each park. Delivered between 6 am – 8 am. •The units will be delivered on the first Friday at each concert location, serviced on Saturday morning and remain locked and chained except during the concerts. •Delivery driver(s) provide city staff with a key to the pad locks for each toilet •Each unit will be equipped with a secondary containment under-liner •City staff are responsible for chaining up the barricades between concerts •City staff will be onsite during delivery day(s) Item Unit Quantity From Thru Unit Price Total Price Deluxe Restroom EA 12 08/04/23 08/14/23 30.00 360.00 one time Deluxe Restroom Service EA 12 08/04/23 08/14/23 25.00 300.00 one time 8/4 - Deliver all equipment 6am - 8am 8/14 - Pick up All equipment 6am - 8am Deluxe Restroom Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .660.00 Containment Trays EA 12 08/04/23 08/14/23 5.00 60.00 one time Hand Sanitizer Refill EA 12 08/04/23 08/14/23 8.00 96.00 one time Toilet Seat Cover EA 12 08/04/23 08/14/23 5.00 60.00 one time Special Event Service - DXR EA 12 08/04/23 08/14/23 25.00 300.00 one time Lock Restroom afteer service Continued.. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Uni ted .. SITE SERVICESl--■I United Site Services of California, Inc. 7910 Othello Ave SAN DIEGO, CA 92111 Salesperson Contact Sell To:CITY OF CARLSBAD CULTURAL ARTS THOMAS JOHNSTON 1775 DOVE LN CARLSBAD, CA 92011-4048 Ship To:CITY OF CARLSBAD CULTURAL ARTS Concert #4 - Alga Norte Park 6565 Alicante Ave. CARLSBAD, CA 92008 Site Service Quotation 414-2437489Quote No.:03/30/23Quote Date:04/29/23Quote Expires: Office: Mobile: +1 619-509-2489 Adam Pratt Fax: adam.pratt@unitedsiteservices.com LAX-65157 442-245-0983 Cust. #: Terms:Due Upon Receipt Phone: Item Unit Quantity From Thru Unit Price Total Price Lock and Key EA 12 08/04/23 08/14/23 0.00 0.00 one time ADA Wheelchair Accessible EA 2 08/04/23 08/14/23 75.00 150.00 one time ADA Wheelchair Accessible Svc EA 2 08/04/23 08/14/23 50.00 100.00 one time ADA Wheelchair Accessible Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .250.00 Lock and Key EA 2 08/04/23 08/14/23 0.00 0.00 one time Special Event Service - ADA EA 2 08/04/23 08/14/23 30.00 60.00 one time Lock Restroom afteer service 2 Station Sink EA 4 08/04/23 08/14/23 25.00 100.00 one time 2 Station Sink Service EA 4 08/04/23 08/14/23 40.00 160.00 one time 2 Station Sink Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .260.00 Special Event Service - 2ss EA 4 08/04/23 08/14/23 25.00 100.00 one time Hot Water Sink w/ Holding Tank EA 1 08/04/23 08/14/23 25.00 25.00 one time Hot Water Sink Service EA 1 08/04/23 08/14/23 275.00 275.00 one time Delivery, Setup, Removal EA 1 08/04/23 08/14/23 50.00 50.00 one time Hot Water Sink w/ Holding Tank Subtotal:. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .350.00 100 Gal Water Tank - ONLY NEED IF NO WA EA 1 08/04/23 08/14/23 25.00 25.00 one time 100 Gal Water Tank Service EA 1 08/04/23 08/14/23 50.00 50.00 one time Delivery / Removal EA 1 08/04/23 08/14/23 25.00 25.00 one time 100 Gal Water Tank - ONLY NEED IF NO WATER SOURCE Subtotal:. . . . . . . . . . . . . . . . . . . . . .100.00 Fence - Barricades FT 490 08/04/23 08/14/23 2.25 1,102.50 one time Continued.. DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Uni ted .. SITE SERVICESl--■I United Site Services of California, Inc. 7910 Othello Ave SAN DIEGO, CA 92111 Salesperson Contact Sell To:CITY OF CARLSBAD CULTURAL ARTS THOMAS JOHNSTON 1775 DOVE LN CARLSBAD, CA 92011-4048 Ship To:CITY OF CARLSBAD CULTURAL ARTS Concert #4 - Alga Norte Park 6565 Alicante Ave. CARLSBAD, CA 92008 Site Service Quotation 414-2437489Quote No.:03/30/23Quote Date:04/29/23Quote Expires: Office: Mobile: +1 619-509-2489 Adam Pratt Fax: adam.pratt@unitedsiteservices.com LAX-65157 442-245-0983 Cust. #: Terms:Due Upon Receipt Phone: Item Unit Quantity From Thru Unit Price Total Price Delivery & Removal EA 2 08/04/23 08/14/23 100.00 200.00 one time 8/4 - Deliver all equipment 6am - 8am 8/14 - Pick up All equipment 6am - 8am Tax: 81.77 Total: 3,680.27 3,598.50Subtotal: Accepted:_________________________________________Date:_______________ NOTE: Total prices have been calculated for 1 billing period only. Damage Waiver is optional. Please read the terms and conditions on the last page of this document for more information. Remit To: United Site Services, PO Box 660475, Dallas, TX 75266-0475 DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Uni ted .. SITE SERVICESl--■I DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 ACORD® CERTIFICATE OF LIABILITY INSURANCE 12/31/~023 I DATE (MMIDDNYYY) ~ 12/29/2022 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 Lockton Companies CONTACT NAME: 444 W. 47th Street, Suite 900 PHONE I FAX I AIC No Ext\: IA/C Nol: Kansas City MO 64112-1906 E-MAIL (816) 960-9000 ADDRESS: kcasu@lockton.com INSURER(S) AFFORDING COVERAGE NAIC# INSURER A, Safetv National Casualtv Corooration 15105 INSURED INSURER B : XL Snecialtv Insurance Comnanv 37885 1507676 UNITED SITE SERVICES OF CALIFORNIA, INC. INSURER c: AIG Pronertv Casualtv Comnanv 19402 118 FLANDERS ROAD, SUITE 1000 WESTBOROUGH MA 01581 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 18543988 REVISION NUMBER: xxxxxxx 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER IMMIDDNYYYl IMMIDDNYYYl LIMITS A _x_ COMMERCIAL GENERAL LIABILITY y N GL4057787 12/31/2022 12/31/2023 EACH OCCURRENCE $ 2 000 000 ~ CLAIMS-MADE [x] OCCUR DAMAGE TO RENTED 1 000.000 PREMISES /Ea occurrence) $ -MED EXP (Any one person) $ 10 000 PERSONAL & ADV INJURY -$ 1 000.000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4 000.000 Fl □PRO-D Loc PRODUCTS -COMP/OP AGG $ 4 000.000 POLICY JECT OTHER: $ A AUTOMOBILE LIABILITY y N CA6675838 12/31/2022 12/31/2023 COMBINED SINGLE LIMIT $ 3 000 000 /Ea accidentl -_x_ ANY AUTO BODILY INJURY (Per person) $ xxxxxxx -OWNED SCHEDULED BODILY INJURY (Per accident) $ xxxxxxx -AUTOS ONLY -AUTOS HIRED X NON-OWNED PROPERTY DAMAGE $ xxxxxxx AUTOS ONLY AUTOS ONLY /Per accidentl --$ xxxxxxx B _x_ UMBRELLA LIAB ~ OCCUR N N US00076933LI22A 12/31/2022 12/31/2023 EACH OCCURRENCE $ 10 000 000 C EXCESS LIAS CLAIMS-MADE BE0I I !34269 12/31/2022 12/31/2023 AGGREGATE $ 10.000 000 DED I I RETENTION $ $ xxxxxxx WORKERS COMPENSATION N I PER I I OTH-A LDS4047370 12/31/2022 12/31/2023 X STATUTE ER AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE [ill E.L. EACH ACCIDENT $ 1.000 000 OFFICER/MEMBER EXCLUDED? NIA (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 I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) TGIF Concerts in the Parks and Librazy & Cultural Arts Department/ Concert series 2023 July 7th -August 11th 2023 The City of Carlsbad Redevelopment Agency, Housing Authority the Carlsbad Municipal Water District, its officials, employees and volunteers are named as additional insured as respects to liability coverages arising out of the activities performed by or on behalf of the named insured as per written agreement, subject to policy terms, conditions and exclusions. CERTIFICATE HOLDER 18543988 CITY OF CARLSBAD CULTURAL ARTS 177 5 Dove Lane Carlsbad CA 92008 CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Attachment Code: D608 142 Certificate ID: 18543988 POLICY NUMBER: GL4057787 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL·GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or OrQanization(s) Location(s) Of Covered Operations As required by written contract or agreement when such Location(s) of operations as per written written contract or agreement is executed prior to an contract or agreement between you and the occurrence, offense or loss to which this endorsement Additional Insured. applies, but only for the limits agreed to in such contract or the Limits of Liability provided by this policy, whichever is less. Any individually scheduled additional insureds shall not be construed to override nor negate this blanket additional insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG20101219 DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Attachment Code: D608659 Certificate ID: 18543988 POLICY NUMBER: GL 4057787 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Or Oraanization( s) Ooerations As required by written contract or Location(s) of operations as per written agreement when such written contract or contract or agreement between you and agreement is executed prior to an the Additional Insured. occurrence, offense or loss to which this endorsement applies, but only for the limits agreed to in such contract or the Limits of Liability provided by this policy, whichever is less. Any individually scheduled additional insureds shall not be construed to override nor negate this blanket additional insured. Information required to complete this Schedule if not shown above will be shown in the A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 3. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Attachment Code: D607880 Certificate ID: 18543988 CA6675838 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organization(s): Person(s) or Organization(s) as required by written contract. Any individually scheduled Designated Additional Insured shall not be construed to override nor negate this blanket Designated Additional Insured . CHANGE The person(s) or organization(s) shown in the Schedule above with whom you have agreed in a written contract to provide insurance such as is afforded under this Coverage Form, is included as an Additional Insured subject to the below: (1) Insurance for such Additional lnsured(s) scheduled above shall be afforded only to the extent that such Additional Insured is liable for "bodily injury" or "property damage" arising out of your operations and resulting from the ownership, maintenance or use of covered "autos" by you while the covered "autos" are on premises owned or leased by the above scheduled Additional lnsured(s). (2) The insurance afforded under this Coverage Form to such Additional lnsured(s) applies only: (a) If the "accident" takes place subsequent to the execution and effective date of such written contract: and, (b) While such written contract is in force, or until the end of the policy period, which ever occurs first. (3) How Limits Apply to Additional lnsured(s) The most we will pay on behalf of the Additional lnsured(s) scheduled above is the lesser of: (a) The limits of insurance specified in the written contract or written agreement; or, (b) The Limits of Insurance provided by the Coverage Form. SNCA 02610 13 Safety National Casualty Corporation DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Attachment Code: D608722 Certificate ID: 18543988 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT OR AGREEMENT PRIMARY BASIS This endorsement modifies insurance provided under the following Coverage Form: COMMERCIAL GENERAL LIABILITY PRODUCTS/COMPLETED OPERATIONS LIABILITY LIQUOR LIABILITY POLLUTION LIABILITY This endorsement changes the policy effective on the inception date of the policy unless another endorsement effective date is indicated below. SCHEDULE Name of Ad ditional Insured Person(sl or Oraanization(sl: As required by written contract or agreement when such writteri contract or agreement is executed prior to an occurrence, offense or loss to which this endorsement applies, but only for the limits agreed to in such contract or the Limits of Liability provided by this policy, whichever is less. Any individually scheduled additional insureds shall not be construed to override nor negate this blanket additional insured. Desianated Project, Location, or Work of Covered Operations: As per written contract or agreement with the above described person(s) or organization(s). CHANGES SECTION II -WHO IS AN INSURED is amended to include: 4. The person(s) or organization(s) shown in the Schedule above with whom you have agreed in a written contract to provide insurance such as is afforded under this Coverage Form, is included as an Additional Insured subject to the below: a. Insurance for such Additional lnsured(s) scheduled above shall be afforded only to the extent that such Additional Insured is liable for "bodily injury", "property damage" or "personal and advertising injury" caused by your acts or omissions while actively engaged in the performance of your ongoing operations involving the project(s), locations(s), or work designated in the Schedule and as specified in the contract between you and the above scheduled Additional lnsured(s). b. The insurance afforded under this Coverage Form to such Additional lnsured(s) applies only: 1. If the "occurrence" or offense takes place subsequent to the execution and effective date of such written contract: and, 2. While such written contract is in force, or until the end of the policy period, which ever occurs first. c. How Limits Apply to Additional lnsured(s) The most we will pay on behalf of the Additional lnsured(s) scheduled above is the lesser of: 1. The limits of insurance specified in the written contract or written agreement; or, 2. The Limits of Insurance provided by the Coverage Form. SNGL 023 1209 Safety National Casualty Corporation Page 1 of 2 The amount we will pay on behalf of such Additional lnsured(s) shall be a part of, and not in addition to, the Limits of DocuSign Envelope ID: 67DA5855-4D3B-4BE0-9B49-2A3C9DF2F760 Attachment Code: D608722 Certificate ID: 18543988 Insurance shown in the Coverage Form Declarations and described in this section. Such amount will thus not increase the Limits of Insurance shown for the Coverage Form. d. Obligations at the Additional lnsured's Own Cost No Additional Insured will, except at their own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. SECTION IV -CONDITIONS is amended by deleting item a. Primary Insurance under 4. Other Insurance and replacing such item by the following, only with respect to insurance provided to the Additional lnsured(s) shown in the above Schedule: a. Primary Insurance and/or Primary and Non-Contributory Insurance This insurance is primary if you have agreed in a written contract that this insurance is to be primary. If you have agreed in a written contract that this insurance is primary and non-contributory with the Additional lnsured(s) own insurance, this insurance is primary and we will not seek contribution from that other insurance. The Additional lnsured(s) scheduled above shall be subject to all other conditions set forth in the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 12/31/2021 Policy No. GL 4057787 Endorsement No. Named Insured: UNITED SITE SERVICES, INC. Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By ______________ _ Page 2 of 2 Safety National Casualty Corporation SNGL 023 1209