Loading...
2400 - Sweeping Corp of America - Street Sweeping Service AgreementCITY OF ROSEMEAD AGREEMENT FOR STREET SWEEPING SERVICES (SWEEPING CORP OF AMERICA) PARTIES AND DATE. This Agreement is made and entered into this � day of__ jV;ne , 2023 by and between the City of Rosemead, a municipal corporation of the State of California, located at 8838 E. Valley Blvd., Rosemead, California 91770, ("City") and SCA of CA, LLC, with its principal place of business at 4141 Rockside Rd Ste 100, Seven Hills, OH 44131 (hereinafter referred to as "Contractor"). City and Contractor are sometimes individually referred to as "Party' and collectively as "Parties" in this Agreement. 2. RECITALS. 2.1 Contractor. Contractor desires to perform and assume responsibility for the provision of certain maintenance services required by the City on the terms and conditions set forth in this Agreement. Contractor represents that it is experienced in providing Street Sweeping services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the Services in the State of California, and that is familiar with the plans of City. 2.2 Project. City desires to engage Contractor to render such services for Street Sweeping ("Project') as set forth in this Agreement. 3. TERMS. 3.1 Scope of Services and Term. 3.1.1 General Scope of Services. Contractor promises and agrees to furnish to the Owner all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately supply the professional Street Sweeping services necessary for the Project ("Services"). The Services are more particularly described in Exhibit "A" attached hereto and incorporated herein by reference. All Services shall be subject to, and performed in accordance with, this Agreement, the exhibits attached hereto and incorporated herein by reference, and all applicable local, state and federal laws, rules and regulations. 3.1.2 Term. The term of this Agreement shall be from July 1, 2023, to June 30, 2026, unless earlier terminated as provided herein. Contractor shall complete the A-1 Services within the term of this Agreement, and shall meet any other established schedules and deadlines. The Parties may, by mutual, written consent, extend the term of this Agreement if necessary to complete the Services. 3.2 Responsibilities of Contractor. 3.2.1 Control and Payment of Subordinates, Independent Contractor. The Services shall be performed by Contractor or under its supervision. Contractor will determine the means, methods and details of performing the Services subject to the requirements of this Agreement. City retains Contractor on an independent contractor basis and not as an employee. Contractor retains the right to perform similar or different services for others during the term of this Agreement. Any additional personnel performing the Services under this Agreement on behalf of Contractor shall also not be employees of City and shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance of Services under this Agreement and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, disability insurance, and workers' compensation insurance. 3.2.2 Schedule of Services. Contractor shall perform the Services expeditiously, within the term of this Agreement, and in accordance with the Schedule of Services set forth in Exhibit "B" attached hereto and incorporated herein by reference. Contractor represents that it has the professional and technical personnel required to perform the Services in conformance with such conditions. In order to facilitate Contractor's conformance with the Schedule, City shall respond to Contractor's submittals in a timely manner. Upon request of City, Contractor shall provide a more detailed schedule of anticipated performance to meet the Schedule of Services. 3.2.3 Conformance to Applicable Requirements. All work prepared by Contractor shall be subject to the approval of City. 3.2.4 City's Representative. The City hereby designates Ben Kim, City Manager, or his or her designee, to act as its representative for the performance of this Agreement ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.2.5 Contractor's Representative. Contractor hereby designates Rick Anderson, Director of Business Development, or his or her designee, to act as its representative for the performance of this Agreement ("Contractor's Representative"). Contractor's Representative shall have full authority to represent and act on behalf of the Contractor for all purposes under this Agreement. The Contractor's Representative shall supervise and direct the Services, using his/her best skill and attention, and shall be A-2 responsible for all means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Services under this Agreement. 3.2.6 Coordination of Services. Contractor agrees to work closely with City staff in the performance of Services and shall be available to City's staff, consultants and other staff at all reasonable times. 3.2.7 Standard of Care; Performance of Employees. Contractor shall perform all Services under this Agreement in a skillful and competent manner, consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Services. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Services assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Services, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Agreement. As provided for in the indemnification provisions of this Agreement, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any services necessary to correct errors or omissions which are caused by the Contractor's failure to comply with the standard of care provided for herein. Any employee of the Contractor or its sub -contractors who is determined by the City to be uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat to the safety of persons or property, or any employee who fails or refuses to perform the Services in a manner acceptable to the City, shall be promptly removed from the Project by the Contractor and shall not be re-employed to perform any of the Services or to work on the Project. 3.2.8 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Project or the Services. including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with Services. If the Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Agreement, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.2.9 Insurance. 3.2.9.1 Time for Compliance. Contractor shall maintain prior to the beginning of and for the direction of this Agreement insurance coverage as specified in Exhibit D attached to and part of this agreement, 3 2.10 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out its Services, the Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and life saving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries, and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 3.2.11 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 1600, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1.000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 3.2.12 Bonds. 3.2.12.1 Performance Bond. If specifically requested by City in Exhibit "B" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Performance Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.2 Payment Bond. If required by law or otherwise specifically requested by City in Exhibit "B" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Agreement a Payment Bond in the amount of the total, not -to -exceed compensation indicated in this Agreement, and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until it has been received and approved by the City. 3.2.12.3 Bond Provisions. Should, in City's sole opinion, any M bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the affected bond within 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Agreement until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the total compensation is increased in accordance with the Agreement, the Contractor shall, upon request of the City, cause the amount of the bonds to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. To the extent available, the bonds shall further provide that no change or alteration of the Agreement (including, without limitation, an increase in the total compensation, as referred to above), extensions of time, or modifications of the time, terms, or conditions of payment to the Contractor, will release the surety. If the Contractor fails to furnish any required bond, the City may terminate this Agreement for cause. 3.2.12.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, shall be accepted. The surety must be a California -admitted surety with a current A.M. Best's rating no less than A:VIII and satisfactory to the City. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.3 Fees and Payments. 3.3.1 Compensation. Contractor shall receive compensation, including authorized reimbursements, for all Services rendered under this Agreement at the rates set forth in Exhibit C attached hereto and incorporated herein by reference. The total compensation shall not exceed Four Hundred Eighty -Four Thousand Four Hundred Sixty Dollars ($484,460) for the first period (July 1, 2023 - June 30, 2024): total annual compensation may increase by Consumer Price Index (U.S. Bureau of Labor Statistics - Los Angeles -Long Beach -Anaheim) with a maximum four (4) percent cap for the 21d and 3'd periods of the contract term. Additional services shall not be initiated without advance written approval of City's project manager. Extra Work may be authorized, as described below, and if authorized, will be compensated at the rates and manner set forth in this Agreement. 3.3.2 Payment of Compensation. Contractor shall submit to City a monthly itemized statement which indicates work completed and hours of Services rendered by Contractor. The statement shall describe the amount of Services and supplies provided since the initial commencement date, or since the start of the subsequent billing periods, as appropriate, through the date of the statement. City shall, within 45 days of receiving such statement, review the statement and pay all approved charges thereon. 3.3.3 Reimbursement for Expenses. Contractor shall not be reimbursed A-5 for any expenses unless authorized in writing by City. 3.3.4 Extra Work. At anytime during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, "Extra Work' means any work which is determined by City to be necessary for the proper completion of the Project, but which the parties did not reasonably anticipate would be necessary at the execution of this Agreement Contractor shall not perform, nor be compensated for, Extra Work without written authorization from City's Representative. 3.3.5 Prevailing Wages. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Agreement. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. In the event the law changes to no longer require the payment of Prevailing Wage Rates the parties agree to meet in good faith to renegotiate the cost of the contract to address any reduced wages being paid to the Contractor's employees 3.4 Accounting Records. 3.4.1 Maintenance and Inspection. Contractor shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to this Agreement. Contractor shall 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. 3.5 General Provisions. 3.5.1 Termination of Agreement. 3.5.1.1 Grounds for Termination. City may, by written notice to Contractor, terminate the whole or any part of this Agreement at any time and without cause by giving written notice to Contractor of such termination, and specifying the W. effective date thereof, at least seven (7) days before the effective date of such termination. Upon termination, Contractor shall be compensated only for those services which have been adequately rendered to City, and Contractor shall be entitled to no further compensation. Contractor may not terminate this Agreement except for cause. 3.5.1.2 Effect of Termination. If this Agreement is terminated as provided herein, City may require Contractor to provide all finished or unfinished Documents and Data and other information of any kind prepared by Contractor in connection with the performance of Services under this Agreement. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.5.1.3 Additional Services. In the event this Agreement is terminated in whole or in part as provided herein, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. 3.5.2 Delivery of Notices. All notices permitted or required under this Agreement shall be given to the respective parties at the following address, or at such other address as the respective parties may provide in writing for this purpose: CONTRACTOR: SCA of CA, LLC 1937 W. 1691^ Street Gardena, CA 90247 Attn: Rick Anderson CITY. City of Rosemead 8838 E. Valley Blvd. Rosemead, CA 91770 Attn: Ben Kim City Manager Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.5.3 Cooperation; Further Acts. The Parties shall fully cooperate with one another, and shall take any additional acts or sign any additional documents as may be necessary, appropriate or convenient to attain the purposes of this Agreement. 3.5.4 Attorney's Fees. If either party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Agreement, the prevailing party in such litigation shall be entitled to have and recover A-7 from the losing party reasonable attorney's fees and all other costs of such action. 3.5.5 Indemnification. Contractor shall defend, indemnify and hold the City, its officials, officers, employees, volunteers and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner arising out of or incident to any alleged acts, omissions or willful misconduct of Contractor, its officials, officers, employees, agents, consultants and contractors arising out of or in connection with the performance of the Services, the Project or this Agreement, including without limitation the payment of all consequential damages and attorneys fees and other related costs and expenses. Contractor shall defend, at Contractor's own cost, expense and risk, any and all such aforesaid suits, actions or other legal proceedings of every kind that may be brought or instituted against City, its directors, officials, officers, employees, agents or volunteers. Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its directors, officials, officers, employees, agents or volunteers, in any such suit, action or other legal proceeding. Contractor shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the City, its directors, officials officers, employees, agents or volunteers. 3.5.6 Entire Agreement. This Agreement contains the entire Agreement of the parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Agreement may only be modified by a writing signed by both parties. 3.5.7 Governing Law. This Agreement shall be governed by the laws of the State of California. Venue shall be in Los Angeles County. 3.5 .8 Time of Essence. Time is of the essence for each and every provision of this Agreement. 3.5.9 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project. 3.5. 10 Successors and Assigns. This Agreement shall be binding on the successors and assigns of the parties. 3.5.11 Assignment or Transfer. Contractor shall not assign, hypothecate, or transfer, either directly or by operation of law, this Agreement or any interest herein without the prior written consent of the City. Any attempt to do so shall be null and void, and any assignees, hypothecates or transferees shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 3.5.12 Construction; References; Captions. Since the Parties or their M agents have participated fully in the preparation of this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning, and not strictly for or against any Party. Any term referencing time, days or period for performance shall be deemed calendar days and not work days. All references to Contractor include all personnel, employees, agents, and subcontractors of Contractor, except as otherwise specified in this Agreement. All references to City include its elected officials, officers, employees, agents, and volunteers except as otherwise specified in this Agreement. The captions of the various articles and paragraphs are for convenience and ease of reference only, and do not define, limit, augment, or describe the scope, content, or intent of this Agreement. 3.5.13 Amendment, Modification. No supplement, modification, or amendment of this Agreement shall be binding unless executed in writing and signed by both Parties. 3.5.14 Waiver. No waiver of any default shall constitute a waiver of any other default or breach, whether of the same or other covenant or condition. No waiver, benefit, privilege. or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. 3.5.15 No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or obligation assumed by the Parties. 3.5.16 Invalidity, Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and effect. 3.5.17 Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission. percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member.. officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 3.5.18 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted 3.5.19 Labor Certification. By its signature hereunder, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 3.5.20 Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and bind each respective Party. 3.5.21 Counterparts. This Agreement may be signed in counterparts, each of which shall constitute an original. 3.6 Subcontracting. 3.6.1 Prior Approval Required. Contractor shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior written approval of City. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. [signatures on next page] e, CITY OF ROSEMEAD By: Ben Kim,^ Manager Attest: .. �6� Ericka Hernandez, City Clerk Approved as to Form: 40jaine Rachel Richman, City Attorney A-11 SCA of CA, LLC By: _ �f'A Name: Erin Quinn Title: Secretary [If Corporation, TWO SIGNATURES, President OR Vice President AND Secretary, AND CORPORATE SEAL OF CONTRACTOR REQUIRED] Name: Matthew Spencer Title: CEO EXHIBIT A SCOPE OF MAINTENANCE SERVICES [insert scope] A-12 EXHIBIT B SCHEDULE OF MAINTENANCE SERVICES [insert schedule] As EXHIBIT C COMPENSATION [insert rates & authorized reimbursable expenses] C-1 EXHIBIT D INSURANCE REQUIREMENTS Prior to the beginning of and throughout the duration of the Work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, Contractor agrees to amend, supplement or endorse the existing coverage to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: Commercial General Liability Insurance: Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including symbol 1 (Any Auto) or the exact equivalent. Limits are subject to review, but in no event to be less that $1,000,000 combined single limit per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned auto endorsement to the general liability policy described above. If Contractor or Contractor employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person Workers Compensation on a state -approved policy form providing statutory benefits as required by law with employer's liability limits no less than $1,000,000 per accident or disease. Contractor shall submit to Agency, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of Agency, its officers, agents, employees and volunteers. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Contractor shall obtain and maintain an umbrella or excess liability insurance policy with limits that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability, automobile liability, and employer's liability. Such policy or policies shall include the following terms and conditions: • A drop down feature requiring the policy to respond if any primary insurance that would otherwise have applied proves to be uncollectible in whole or in part for any D-1 reason; • Pay on behalf of wording as opposed to reimbursement, Concurrency of effective dates with primary policies, and • Policies shall "follow form' to the underlying primary policies. • Insureds under primary policies shall also be insureds under the umbrella or excess policies. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contractor and "Covered Professional Services" as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must "pay on behalf of the insured and must include a provision establishing the insurer's duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Requirements not limiting: Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the Agency requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the Agency. Acceptable insurers: All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or is on the List of Approved Surplus Line Insurers in the State of California.. with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the Agency's Risk Manager. General conditions pertaining to provision of insurance coverage by Contractor. Contractor and City agree to the following with respect to insurance provided by Contractor: 1. Contractor agrees to have its insurer endorse the third -party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010. Contractor also agrees to require all contractors. and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of subrogation prior to a loss. Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. D-2 3. All insurance coverage and limits provided by Contractor and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called "third party action over" claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor's general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Certificate(s) are to reflect that the insurer will provide 30 days notice to City of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor" (as opposed to being required) to comply with the requirements of the certificate. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary, noncontributing basis in relation to any other insurance or self-insurance available to City. 10 Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. D-3 Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11.Contractor agrees not to self -insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self -insure its obligations to City. If Contractor's existing coverage includes a deductible or self-insured retention, the deductible or self- insured retention must be declared to the City. At that time the City shall review options with the Contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 12. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 13. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 14 Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 15.Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 16. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 17. The provisions of any workers' compensation or similar act will not limit the obligations of Contractor under this agreement. Contractor expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials and agents. D-4 18. Requirements of specific coverage features or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. 19 These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20.The requirements in this Section supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. D-5 ROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BEN KIM, CITY MANAGER DATE: JUNE 13, 2023 SUBJECT: STREET SWEEPING SERVICES CONTRACT AWARD SUMMARY The City's street sweeping services agreement with Athens Services is set to expire on June 30, 2023. At the November 8, 2022, City Council Integrated Solid Waste workshop, the City Council directed staff to include street sweeping services as an option in the RFP to determine if there would be cost savings through operational efficiency from having one company perform both services. The Request for Proposal (RFP) for Integrated Solid Waste Handling Services was released on November 17, 2022, and on January 26, 2023, the City received five (5) proposals. At the April 11, 2023, City Council Meeting the Council directed not to include street sweeping services within the scope of work for the new integrated solid waste handling franchise agreement. The City released a separate RFP only for Street Sweeping Services on March 16, 2023, in the event street sweeping was not included in the waste handling contract. On April 6, 2023, the City received two proposals Q&Wing Corp of Am CA and Athens Services). Staff began the review process for comp eteness, understanding of the scope of work, and cost. Athens Services, however, withdrew its bid on May 1, 2023. As such, Staff is recommending that the City Council authorize the City Manager to execute an agreement with Sweeping Corp of America (SCA) for street sweeping services for a three-year period with the option to extend for up to two (2) additional one-year periods. The current contract for City street sweeping services with Athens Services expires on June 30, 2023. Street sweeping contributes to the City's overall appearance and water quality efforts as it removes potentially harmful trash, metals, and bacteria from the streets and storm drains. The scope of work in the existing agreement for street sweeping services comprises of sweeping all streets including arterial, collector, industrial, residential and commercial, • cul-de-sacs, and median curbs within the City once a week, at a minimum, and twice weekly in specified commercial districts. AGENDA ITEM 4.0 City Council Meeting June 13, 2023 Page 2 of 4 At the November 8, 2022, City Council Integrated Solid Waste workshop, the City Council directed staff to include street sweeping services as an option in the RFP to determine if there would be cost savings through operational efficiency from having one company perform both services. The Request for Proposal (RFP) for Integrated Solid Waste Handling Services was released on November 17, 2022, and on January 26, 2023, the City received five (5) proposals. At the April 11, 2023, City Council Meeting the Council decided to not include street sweeping services within the scope of work for the new integrated solid waste handling contract. The proposed street sweeping costs for each solid waste proposal received are shown in Table 1. Table 1: ProDosed Street S eeping Costs As Part of Waste Handling A separate RFP for Street Sweeping Services only was released on March 16, 2023, via the City's website and P1anetBids. On April 6, 2023, the City received two (2) proposals via P1anetBids. Staff reviewed each proposal for completeness, understanding of the scope of work, experience, and cost. Athens Services withdrew its bid on May 1, 2023. Included in Table 2 is a summary of all proposals received, organized by total annual cost: Tahlo 7- Prnnneed .CtrPPt CwPPnin4 Carts Proposer Annual Street Sweeping Cost for Proposer 10 -Year & 15 -Year Terms Current Cost $235,418 (Athens) $484,459.56 *Athens Services withdrew their bid on May 1, 2023 Athens $468,463 Burrtec* $458,529 Republic $329,070 Valley Vista $279,552 Waste $346,000 Management* *Contractor did not include payment of prevailing wage rates within their proposed Street Sweeping Cost Pro osal A separate RFP for Street Sweeping Services only was released on March 16, 2023, via the City's website and P1anetBids. On April 6, 2023, the City received two (2) proposals via P1anetBids. Staff reviewed each proposal for completeness, understanding of the scope of work, experience, and cost. Athens Services withdrew its bid on May 1, 2023. Included in Table 2 is a summary of all proposals received, organized by total annual cost: Tahlo 7- Prnnneed .CtrPPt CwPPnin4 Carts Proposer Annual Street Sweeping Cost Current Cost Athens $235,418 Athens* $493,610.52 Sweeping Corp of America SCA $484,459.56 *Athens Services withdrew their bid on May 1, 2023 SCA's proposed cost includes prevailing wage rate, however, SCA is aware of the current uncertainty on the State of California Department of Industrial Relations (DIR) determination for City Council Meeting June 13, 2023 Page 3 of 4 routine street sweeping and has agreed to renegotiate with the City to reduce the cost when resolved. Prior to a DIR determination in late 2022, routine street sweeping was found not to be subject to prevailing wage rates. The DIR though, is not bound by its prior determinations. Unless overturned by a court or by legislative action the City should conform to DIR decisions. The recommended service provider SCA has agreed that if the law is changed in this area such that prevailing wages are not required, and the contractor reduces the wage rate of its employees, the parties will meet in good faith to renegotiate the contract amount. Sweeping Corp of America (SCA), formerly known as CleanStreet, LLC, has over 47 years of experience and serves more than 55 cities in Southern California. CleanStreet was also Rosemead's street cleaning contractor before Athens and is familiar with Rosemead. SCA operates with a fleet of more than 100 sweepers and over 80 full-time sweeper operators and is well-equipped to deal with any vehicle or staffing issues that may arise over the course of a contract. Staff is requesting that the City Council authorize the City Manager to execute an agreement with Sweeping Corp of America (SCA) to provide street sweeping services for a three-year period, with an option to extend for two (2) additional one-year periods. ENVIRONMENTAL REVIEW Staff has reviewed and determined that the proposed action is categorically exempt under the California Environmental Quality Act (CEQA) Guidelines in accordance with Section 15061(b)(3) The project is covered by the general rule that CEQA only applies to projects that have the potential for causing a significant effect on the environment. This item is not defined as a project under the California Environmental Quality Act (CEQA); therefore, the proposed plan is not subject to CEQA. STAFF RECOMMENDATION It is recommended that the City Council: 1. Authorize the City Manager to execute an agreement with SCA for Street Sweeping services for a three-year period with the option to extend for up to two (2) additional one- year periods. The total annual compensation for the first period (July 1, 2023 — June 30, 2024) would be in the amount of $484,460, while the second and third periods would be allowed to increase by the annual Consumer Price Index with a maximum four (4) percent cap. 2. Find the proposed action is categorically exempt under the California Environmental Quality Act (CEQA) Guidelines in accordance with Section 15061(b)(3) FISCAL IMPACT Sufficient funding for street sweeping services is provided through Gas Tax and Safe Clean Water Program funds. The proposed Fiscal Year 2023-24 budget includes funding for street sweeping services. City Council Meeting June 4 4 • Page 4 of 4 STRATEGIC PLAN IMPACT None. PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared by: Danielle Garcia Public Works Fiscal and Project Manager Submitted by: Ben City Manager Attachment A: RFP for Street Sweeping Services Attachment B: SCA Proposal Attachment C: Draft Street Sweeping Services Agreement Attachment D: Athens Services Letter Withdrawal of Street Sweeping Services Bid 0 0 LAL 2 I Weeping Corp of America Formerly: CleanStreet, LLC MClean&met Cleaning Ynur Envirnninant Ij STREET SWEEPING SERVICES 2023-05 EXCLUSIVELY FOR CITY OF ROSEMEAD APRIL o6, 2023 1937 W. 16911 Street Gardena, CA 90247 (800)225-7316 x108 SC.Y. ng Cs.,: or April 6, 2023 Danielle Garcia City of Rosemead 8838 W. Valley Blvd Rosemead, Ca 91770 Dear Danielle On behalf of the team at Sweeping Corporation of America ('SCA'), formerly CleanStreet, LLC, we are eager to propose our bid for Street Sweeping Services for City of Rosemead. We have read and understand all components of the Request for Proposal. We have examined all of the work sites and our proposal contemplates following the schedule and time zones as laid out in the request for proposal. We serve more than 55 cities in southern California. We are committed to providing a high quality street sweeping program and high-quality customer service. Quality street sweeping is the primary business that CleanStreet, LLC (now SCA) engages in, not a secondary business endeavor. We would request an adjustment to the contract compensation for years 2 and 3 of the contract, to be adjusted by the preceeding year CPI calculated for Los Angeles County. We understand that the City of Rosemead is seeking quality reliable service. We are confident that we will be able to perform this contract perfectly without any exceptions or problems. I, Rick Anderson, will be the contact person for the remainder selection process. I can be contacted at 1937 W. 169th Street, Gardena, CA 90247, by phone at 310.470.1601 or email at randerson@sweepingcorp.com. Thank you for this opportunity. I hope we can be of service. Sincerely, SCA of CA, LLC 1937 W. 169th Street Gardena, CA 90247 104� • Rick Anderson Director of Business Development 1 -888 -SWEEPING sweepingcorp.com 11 S Crk BACKGROUND Sweapmq CGPF ^f A;ner,cc SCA/CLEANSTREET is the premiere street sweeping contractor in California. With over 47 years of experience in providing street sweeping services, SCA/CLEANSTREET has demonstrated that it can deliver the highest quality service. SCA/CLEANSTREET has its headquarters in Gardena, California. SCA/CLEANSTREET was formerly known as California Street Maintenance and South Bay Sweeping. By 1973, the company had become one of the largest shopping center sweeping companies in Southern California. That year the company began sweeping its first municipality, Rolling Hills Estates. We would say, "We will make a simple promise to you and your City. We will sweep every street on time every day. We will instruct our operator to take as many passes as are necessary to clean every street thoroughly. If we ever do receive a complaint, we will re - sweep it immediately. No questions asked." As word spread that we are a good dependable company, we slowly and steadily grew year after year. Our commitment to quality and customer satisfaction turned out to be an overwhelming success. Today SCA/CLEANSTREET serves scores of municipalities and major private facilities with high quality cleaning and sweeping services. The key to our success is the fact that we kept that promise of quality to our clients. SCA/CLEANSTREET takes pride in its high level of expertise that is brings to every job. We employ the best methods and the most effective equipment. Our employees are well trained and enjoy good pay and healthcare benefits. Our employees take great pride in the quality of their work and in your complete satisfaction. 1 -888 -SWEEPING sweepingoolp.com SCS. Sw=cpuxg Corp of ,^.msrlcs Personnel WORK PLAN Supervisors Satisfaction and consistent quality service is the foundation of our company. Our supervisors are full- time employees, not temporary hired guns. They are highly trained so all phases of the project run smoothly. Our supervisors are directly involved with each account and job inspections to ensure quality. Although we believe that there is always room for improvement, we strive to recognize our employees for their good work. This type of supervision helps build operator pride. SCA/CLEANSTREET knows that street sweeping is an extremely noticeable city service that is best done properly if you wish to have satisfied residents. With our experience coupled with our approach assure the various locations that this work will be done extremely well. We can eliminate all complaints. We believe that our quality street sweeping programs is an excellent value when you consider the cost and negativity generated by complaints. • Operators Our first step is to educate our operators as to what is an accepted and the quality of work that is expected. Our operators are encouraged to take as many passes as are necessary to do a wonderful job in removing all leafs, paper, dirt, rocks, glass, bottles, cans, and other debris to ensure free flow of water in the gutter and to maintain streets in a state of cleanliness. In combination with this approach, • the SCA/CLEANSTREET supervisors will conduct unannounced spot checks for quality and quantity of the work performed. Our operators are trained to value and care for their equipment. They are knowledgeable about proper driving speed, adjustment of brooms and the most efficient and effective performance of their equipment. Our operators understand the importance of punctuality and the importance of quality work. Our drivers take pride in our customer's satisfaction. Repair and Maintenance Crew SCA/CLEANSTREET has seven full-time mechanics who are expert in the repair and maintenance of our equipment. Our mechanics are factory trained to help ensure high quality performance of our equipment. We also have mechanics available around-the-clock to help ensure our ability to meet our commitments. SCA/CLEANSTREET knows that one of the keys to customer satisfaction is dependable well- maintained equipment. Consequently, we feel that the quality of our repairs and maintenance is crucial to our sweepers. We have an additional four full-time employees who are mechanics helpers. They change of brooms, tires, and help keep our sweepers clean. i 1 -888 -SWEEPING sweepingcorp.com SCA. • Sw�sr'ncJ Coq: of 4marica WORK PLAN Dispatchers The Dispatch and Operations department is the very nerve center of SCA/CLEANSTREET. It is from our experience that this position is very mission critical where oftentimes operational and sometimes financial decisions are made. Our dispatchers make sure that operations run smoothly. When telephone calls are received, our dispatchers will obtain the necessary information from the caller and provide the appropriate response by either facilitating an emergency sweep, special sweep, regular sweep, or the handling of a complaint. This means that they make sure that the right drivers and the right equipment are appropriately matched to the job and ensure timeliness, safety and accuracy are guaranteed. Disposal of Refuse and Debris SCA/CLEANSTREET shall dispose of all refuse and debris that is collected during the sweeping operations, at no additional cost to the County. We will haul it to a legally established area for the disposal of solid waste. Storage facilities SCA/CLEANSTREET will utilize their own storage facilities for all of the sweepers. Equipment SCA/CLEANSTREET equips all of its trucks with global positioning satellite (GPS) system. All of the • real-time data is monitored by SCA/CLEANSTREET dispatchers. This permits SCA/CLEANSTREET to monitor the drivers speed, time and location. Our Operations Analyst downloads the GPS reports on a daily basis from the Internet. The real-time data alerts the managers via e-mail if the brooms are down a half hour or longer or if the sweeper exceeds its speed limit. If this should happen, there will be communication between either the manager or the dispatcher to the sweeper's cell phone to ensure proper action is taken. Our Tymcos hold 250 gallons of water which results in cleaner air and less dust and particulates on the streets. Our street cleaning is listed as Best Management Practice BMP in storm water regulations, to get the debris off the street before it is carried into the drain system. All street sweepers that SCA/CLEANSTREET will deploy will be Tymco 2009 propane powered street sweepers compliant with rule 1186.1. In order to ensure uninterrupted performance, backup will be available at all times. In case of a mechanical breakdown, backup equipment will be available at all times and will comply with AQMD Rule 430. 1 -888 -SWEEPING sweepingcorp.com SCA: 51vae; p,ny C::rp� �! ".rcrarca WORK PLAN • Automated Parking Enforcement System When requested by the Contract Manager, SCA/CLEANSTREET shall permit the placement of a digital camera system by a County -approved vendor in order for the private vendor to capture information from vehicles that are parked during the designated street sweeping parking enforcement hours within the parking lane. SCA/CLEANSTREET shall be prohibited from utilizing any images collected from this automated enforcement digital camera system (Photo Enforcement System), including license plate numbers, for any purpose other than establishing appropriate context to support the parking violation. SCA/CLEANSTREET shall maintain individual privacy, and shall take all steps in ensuring confidential data is handled in accordance with the Vehicle Code and any established guidelines of the County approved private vendor. Routing Routing will be designed in such a manner that all time zones will be swept timely with ample time for the operator to do an excellent job. If for some reason the operator is behind or needs help, and additional sweeper and operator will be supplied to ensure timely completion of routes. Reports In order to suit the County, a tailor-made form will be created for each location awarded to SCA/CLEANSTREET. The following items can be on the report: • Curb miles and paved alley miles swept each day. • Schedule curb miles and paved alley miles swept and areas missed. • When missed areas were swept. • Number of complaints received each day. • Reasons schedule sweeping was not performed or completed as scheduled. • Waste tonnage summary and copies of waste disposal receipts. 11 I.888 -SWEEPING sweepingcorp.com SCAPIk- Swcep6-ig Carp cr ., rerica METHODS AND APPROACH SCA/CLEANSTREET is the premiere street sweeping contractor in California. With over 47 years of experience in providing street sweeping services, SCA/CLEANSTREET has demonstrated that it can deliver the highest quality service. SCA/CLEANSTREET enjoys the best reputation in the industry because of our proven ability to provide excellent service with punctuality and dependability. There are 10 key components that insure that all streets will be swept properly and on time: Operator Training: Our street sweeper operator training program lasts two to four weeks. New operators are evaluated by veteran drivers and the regional driver supervisor. During the Introductory Period, trainees are evaluated on safety, performance and progress. Drivers in the training program must pass multiple tests before they are permitted to work alone. Approximately one out of every three trainees is offered permanent employment. a. Pre-employment requirements for all trainees include: 1. Clean driving record, verified by current copy of Department of Motor Vehicles H6 printout 2. No accidents • 3. Strong references 4. Pre-employment physical 5. Pre-employment drug testing 2. Operator Retention: SCA/CLEANSTREET has a large staff of qualified sweeper operators because we have been successful in retaining employees. Our company policy is keeping the same operators because they have the detailed knowledge and experience that will enable them to avoid complaints. The most common and egregious complaint I hear about other sweeping companies from their municipal clients is the constant swapping of operators. We achieve retention through excellent pay and benefits complemented by a family friendly working environment. We are very proud of our excellent staff. 3. Equipment: We will provide these skilled operators with new or late -model sweepers that are in excellent operating condition and appearance. SCA/CLEANSTREET equips its trucks with Global Positioning Satellite (GPS) systems. All of the real-time data is monitored by SCA/CLEANSTREET's dispatchers. This permits SCA/CLEANSTREET to monitor the driver's speed, time, and location and gutter broom activity. All equipment used will be in compliance with SCAQMD Rules 1186 and 1186.1 and all other applicable laws and rules. Back-up equipment is available at all times. 1 -888 -SWEEPING sweepingcorp.com SCA: SwQePing Corp of rmPrica METHODS AND APPROACH 4. Equipment Maintenance: A key component of an effective sweeping program is high quality equipment repairs and maintenance. Broom changes and tire repairing will be performed at SCA/CLEANSTREET's headquarters located in Gardena. All preventative maintenance and repairs will be performed in Gardena. We have a staff of 16 mechanics and helpers who are expert at sweeper repair and maintenance. We have a full inventory of parts and supplies readily available. We have all necessary tools and equipment needed to repair virtually everything on a street sweeper. 5. Back-up Sweepers: We will have back-up sweepers available at all times. We own and operate a tremendous fleet of sweepers that gives us depth and strong resources capable of dealing with any eventuality. 6. Back-up Operators: We have over 80 full-time sweeper operators working throughout California. We have many highly qualified operators that could come in and perform well on very short notice. The size of our staff gives us a tremendous advantage over our smaller, less qualified competitors. 7. Supervision: Supervision is an important component of an intelligent street sweeping program. Rick Anderson has been with SCA/CLEANSTREET for over 30 years and has helped the company grow and diversify in new areas. We are fortunate to have Rick Anderson and his experience, and he will be responsible for the day-to-day management and supervision of this contract. 8. Complaint Handling: Our operators are encouraged to take as many passes as necessary to do a great job. They take great pride in the complete satisfaction of the residents. Consequently, they receive very few complaints. We will handle any and all complaints on the day they are received. We believe that responsiveness is key to establishing public confidence in our ability and integrity. We also believe that the operator is more highly motivated to do a good job the first time if he knows he may have to come back again if he doesn't. Our operators take great pride in not receiving complaints and doing a great job the first time. Our operators will check in with the designated city person on a daily basis to see if there are any complaints. If there are complaints, we will go out and re -sweep them immediately. We will always respond in less than six hours. 1 -888 -SWEEPING sweepingcorp.com • • METHODS AND APPROACH 9. Communication / Emergencies: All administrative staff will provide the City with cell phone numbers that can be used to reach us 24 hours a day, seven days per week. Our sweeper operators will have cell phones for your convenience. 10. Safety Program: SCA/CLEANSTREET differentiates itself from the competition by having an aggressive accident prevention program. We reward our operators for accident free driving. We have regular safety meetings with employees to remind them of the importance of working accident -free. Our pro -active emphasis on safety makes SCA/CLEANSTREET a stronger, healthier company. This is good for our employees, good for our clients and essential to our containing the tremendous cost of insurance. 1 -888 -SWEEPING sweepingcorp.com sC�% acp'nq Corp of _ menca • • METHODS AND APPROACH 9. Communication / Emergencies: All administrative staff will provide the City with cell phone numbers that can be used to reach us 24 hours a day, seven days per week. Our sweeper operators will have cell phones for your convenience. 10. Safety Program: SCA/CLEANSTREET differentiates itself from the competition by having an aggressive accident prevention program. We reward our operators for accident free driving. We have regular safety meetings with employees to remind them of the importance of working accident -free. Our pro -active emphasis on safety makes SCA/CLEANSTREET a stronger, healthier company. This is good for our employees, good for our clients and essential to our containing the tremendous cost of insurance. 1 -888 -SWEEPING sweepingcorp.com s Legal Business Name: SCA of CA, LLC Physical/Mailing/Remit to Address: 1937 W 169th Street, Gardena, CA 90247 Federal I.D. Number: 86-1931812 Business Type: LLC filing as C -corp Telephone: (800)225-7316 Directors: _ Matthew Spencer CEO Erin Quinn Secretary Tony Cincotta I Regional Vice President How many years has Bidder's organization been in business as a Contractor? 49 years Under what other or former names has Bidder's organization operated? CleanStreet, Inc. conversion to CleanStreet, LLC filed January 25, 2021 Has Bidder ever failed to complete any work awarded to it? No David V. Padilla Jr., Regional Manager - California Telephone: (310)436-6510 Email: dpadilla@sweepingcorp.com Jose Brito, Site Manager Telephone: (310)538-6986 Email: jbrito@sweepingcorp.com Alex Farias, Sr. Operations Manager Telephone: (310)538-6903 Email: afarias@sweepingcorp.com Cynthia Cruz, Billing Specialist Telephone: (310)436-6512 Email: ccruz@sweepingcorp.com 1 -888 -SWEEPING ssceepinecorp.com District Branch 1.888 -SWEEPING sweepingoorp.wm ORGANIZATION SPA District Branch 1.888 -SWEEPING sweepingoorp.wm ORGANIZATION Resume Sr, -ion . Corp - �i -`; RICK ANDERSON Director of Business Development/ Supervisor �i EMPLOYMENT HISTORY: CLEANSTREET/SCA OF CA, LLC............................................................ 1989 TO PRESENT Current Responsibilities: • Oversees daily operations. • Contract management. • Develops new business. • Ensures safe operations and promotes proactive culture for safety. • Monitors and reviews GPS tracking system reports. • Oversee and supervise the daily maintenance and cleanliness of all vehicles. • Conducts meetings to discuss daily operations performance, regulatory issues, client concerns and company policies and procedures. • Responsible for ensuring compliance of all state and Federal laws and regulations. Education: • Bachelors of Science, University of Southern California (USC) • Jurist Doctorate, Southwestern University School of Law Professional Skills: • Bilingual: Spanish and English Professional and Trade Oraanizations: • L.A. and Orange County Chapter— Maintenance Superintendents Association (MSA) • North American Power Sweeping association (naPSa) 1 -888 -SWEEPING s%N'eepingcorp.com • • 0 "q Corp o" Arn�rica Jose Brito Branch Manager EMPLOYMENT HISTORY: a Resume SWEEPING CORPORATION OF AMERICA .....................................................2022 TO PRESENT CLEANHARBORS....................................................................................2014 TO 2022 • Responsibilities: • Sweeping Operations in Southern and Northern California • Management of procedures and policy • Financial planning and management • Management efficiency and effectiveness • Public relations • Responsible for a fleet of over 55 sweepers • Responsible for maintaining a high level of EH&S standards. (Cal OSHA. FMCSA) Professional Skills: • Bilingual: Spanish and English • Project Management • Strategic Planning • Experienced in behavioral based safety program (800) 225-7316 1937 W. 169th Street Gardena, CA 90247 1 -888 -SWEEPING sweepingcorp.com SCA Swaepin� Corp of a;rrsa�ic, Comparable Projects & References Public Agency: Ci of Fullerton Mailing Address: 1580 West Commonwealth Ave., Fullerton, CA 92833 Contact: Jorge Gonzalez Title: Streets Supervisor Phone: 714.738.5344 Email: jorge.gonzalez@cityoffullerton.com Scope of Work: Municipal Street Sweeping Service Dates: 8/2019 - Current Public Agency: Ci of Buena Park Mailing Address: PO Box 398, Buena Park, CA 90621 Contact: Mark Perumean Title: - Phone: 714.522.3577 Email: m erumean edcodis osal.com Scope of Work: Municipal Street Sweeping Service Dates: 6/2008 - Current Public Agency: Ci of Garden Grove Mailing Address: 13802 Newho a Street, Garden Grove, CA 92843 Contact: Karissa Yni uez Title: Sr. Program Specialist Phone: 714.741.5382 Email: karissaydggcity.oM Scope of Work: Municipal Street Sweeping Service Dates: 7/2006 - Current Public Agency: Cit of Fontana Mailinq Address: 8353 Sierra Avenue, Fontana, CA 92335 Contact: Tana Honeycutt Title: Environmental Control Supervisor Phone: 909.350.6772 Email: thoneycuft@fontana.org Scope of Work: Municipal Street Sweeping Service Dates: 11/2008 - Current Public Agency: Ci of Rancho Cucamonga Mailinq Address: 9890 Cherry Ave, Fontana, CA 9335 Contact: Debbie Hansen Title: Municipal Project Manager Phone: 909.429.4200 Email: debbie burrtec.com Scope of Work: Municipal Street Sweeping Service Dates: 9/2016 - Current Public Agency: Ci of Ontario Mailinq Address: 1425 S. Bonview Ave, Ontario, CA 91761 Contact: Daniel L. Leon Title: Public Works Supervisor Phone: 909.395.2632 Email: dleon ontarioca. ov Scope of Work: Municipal Street Sweeping Service Dates: 12/2003 - Current 1 -888 -SWEEPING sweepingoorp.com • • 0 SCr; • :,y_tpvt C6:rp �f Arne�fca EQUIPMENT Our method of operation emphasizes the use of new, late model sweeping equipment. We own and operate over 100 street sweepers. All equipment used in the performance of this contract will be compliant with SCAQMD Rules 1186 and 1186.1. SCA/CLEANSTREET will utilize the following equipment for the performance of this contract. Make & Model Year Type Total Miles Remaining Useful Life Tymco 600 — CNG 2020 Regenerative Air 18,000 8 years Tymco 600 - CNG 2019 Regenerative Air 21,000 7 years Tymco 600 - CNG 2018 Regenerative Air 23,000 6 years Leased Equipment Leased equipment is not necessary for SCA/CLEANSTREET. We own and operate our 10 own street sweepers. Equipment Requirements SCA/CLEANSTREET equips its trucks with Global Positioning Satellite (GPS) system. All of the real-time data is monitored by SCA/C LEAN STR EET's dispatchers. This permits SCA/CLEANSTREET to monitor the driver's speed, brush operation, time and location. • Down Equipment We will have back-up sweepers available at all times. We own and operate a tremendous fleet of sweepers that gives us depth and strong resources capable of dealing with any eventuality. 1 -888 -SWEEPING sweepings rpxom SMA Swecn ng Corp of A,frelic F. RECYCLING AND DISPOSAL • All materials collected in the course of street sweeping activities shall be transported and recycled /disposed of in accordance with City, County, State, and Federal requirements. When possible, debris will be diverted from landfill disposal. The City shall be notified which facilities are used to process sweeping debris. The successful Contractor shall be solely responsible for all fees involved in the recycling /disposal of sweepings collected in the City. Indicate the facilities where sweeping debris will be taken and programs that will be used to ensure the diversion of debris from landfill disposal SCA/CLEANSTREET currently utilizes progressive composting in Ontario which screens the street sweeping materials and then compost the material for 939 diversion credits. 1 -888 -SWEEPING sweepingcorp.com - MAYOR: SEANDANG • • MAYOR PRO TEM: STEVENLY COUNCIL MEMBERS: SANDRA AR NTA NL RGARET CLARA Pout Low 1. RFP Revisions City ®f Rgsemead 8838 E. VALLEY BOULEVARD ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569-2100 FAX (626) 307-9218 ADDENDUM NO. i To all prospective Contractors under Request For Proposal No. 2023-05 The RFP document has been revised as follows: The Cost Form is hereby revised to reflect the updated total amount of residential and median street sweeping curb miles, the deletion is shown as strikethrough text and updated information is in bold red text. The updated cost form is included as Attachment A. 2. Questions and Answers Question: May we request the Bid Tabulations for the previous time this opportunity was solicited? Answer: The bid tabulations are provided below: RANK Service Type Curb Miles Frequency Monthly Annual Cost Industry, CA T167,910-08 2. R.F. Dickson and Co. Inc. Cost $ 200,757.96 1 Residential and 1-W Weekly 4. Nationwide Environmental Services Norwalk, CA Median Street 147 Sweeping 2 Commercial Street 17 Twice Sweeping Weekly 3 Parking Lot Street 2 Weekly Sweeping Totals: 2. Questions and Answers Question: May we request the Bid Tabulations for the previous time this opportunity was solicited? Answer: The bid tabulations are provided below: RANK CONTRACTOR LOCATION ANNt1ALCOST 1, Athens Services Industry, CA T167,910-08 2. R.F. Dickson and Co. Inc. Downey, CA $ 200,757.96 & CleanStreet Gardena, CA $ 217,417.20 4. Nationwide Environmental Services Norwalk, CA $ 258,359.40 Question: Answer: Question: Answer: Question: Answer: Question: May we please be advised of how many tons/yards of debris was collected during the previous year(s) of this contract? The total tons/yards of debris collected during the last few years of the contract are as follows: 2019 Tons 871.6 Yards 2,260 2020 Tons 815.8 Yards 1,983 2021 Tons 863 Yards 2,030 2022 Tons 836 Yards 2,165 Who is responsible for the cost to dispose of the street sweeping materials? The Contractor is responsible for the cost of disposing street sweeping debris. Are the 17 commercial miles be swept 2xs a week a total of 34 mile for the week? Yes, there are 17 commercial curb miles that are to be swept twice a week for a total of 34 curb miles a week. Please confirm residential weekly miles and frequency? Please confirm commercial weekly mile and frequency? Answer: There are 147 curb miles of residential and median street sweeping to be performed once a week. There are 17 curb miles of commercial street sweeping to be performed twice a week. Question: Please provide hours each special event and equipment needed. Answer: The street sweeping services for each event should be performed after the event. The City will provide a schedule for each of the events prior to their proposed date. One street sweeper will be needed to perform the services for special events. Question: Will contractor be paid additional to city street change that will add additional miles and/or equipment. Answer: City initiated changes that add milage or the need for more equipment will be subject to Section 33.4 "Extra Work" of the agreement. Question: Is there an annual CPI adjustment on year 2 & 3 of the contract? Answer: The Contractor may propose to include an annual CPI adjustment for the second and third years of the agreement. Question: Who is the current contractor? Answer: The City's current contractor is Arakelian Enterprises, Inc. (Athens Services). Question: What is the current monthly charge of the current contractor? Answer: The current monthly invoice is in the amount of $19,088.16 Question: What is the term of the current contract? Answer: The term of the current contract is set to expire June 30, 2023. Question: What is the square footage of the area/s to be serviced? Answer: The City provides the areas to be serviced in curb miles. Question: Is there additional locations or scope of work added from the previous contract? Answer: The public parking lots identified in Attachment B were added to the scope of work. Question: Will the awarded contractor provide the products/chemicals or consumables for this project? Answer: The contractor is responsible for providing all equipment, materials, and supplies required to perform the contract services. Question: What is the DAY and TIME cleaning schedule for this project? Answer: The days and times to perform the services are identified within Attachment B, City Street Sweeping Map. Question: What is the FREQUENCY of cleaning for this project? Answer: The Street Sweeping frequency is identified within Attachment A, Section 10 of the RFP. 3. Acknowled¢ement of Addendum No. 1 • Each proposer shall acknowledge receipt of this addendum in their submitted proposal. Failure to provide such acknowledgement shall render the proposal as non-responsive and subject to rej ection. If you have already submitted a response, this addendum will invalidate your response and you must submit a new response before the due date specified. Except for the changes noted above, all other requirements and provisions of the originally issued Request for Proposal shall remain in effect. Michael Chung, PE Director of Public Works Issued April 5, 2023 I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 key{ Bidder's Signature Attachment A: Cost Form - Revised SCA of CA, LLC Company • 0 ACORO® CERTIFICATE OF LIABILITY INSURANCE DATEIMMIDD/YYYY) 6/3/2024 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 HUB International Midwest Limited 1411 Opus Place, Suite 450 Downers Grove IL 60515 CONTACT NAME: 2% .630-068-5600 ac xa: Ea1aL ADDRESS: CSUConstmcfion@hubintemational.com INSURERS AFFORDING COVERAGE NAICY Y INSURER A: AXIS Surplus Insurance Company 26620 GL6676535 INSURED SMECOR41 SCA of CA,LLC 4141 Rockside Road, Suite 100 ck INSURER B: Navigators Seclalt Insurance Company 36056 INSURER C : Safe National Casual Corporation 15105 INSURER D: Federal Insurance Company 20281 Seven Hills OH 44131 NSURER E NSURER F : COVERAGES CERTIFICATE NUMBER: 796944098 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 TR OF INSURANCE ADDLTYPE JIM two SUER POLICY NUMBER POLICY EFF MWDDIY YY LIMITS C X COMMERCIALGENERALLIABIUTY Y Y GL6676535 6/1/2024 6/1/2025 EACH OCCURRENCE $2,000,000 71 CLAIMS -MADE I OCCUR NTED —D—A—MAOE—T5 Eoocu encs $1,000,000 PREMISES Ea MED EXP (Any one person) $ 5,000 XContractual Liab XCU COY Ind PERSONAL &ADV INJURY $1,000,000 _XJ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY[fl PRO- JECT [:] LOC PRODUCTS-COMP/OP AGG $4,000,000 i $ OTHER: C AUTOMOBILE LIABILITY Y Y CA6676536 6/1/2024 6/1/2025 COMBINED SINGLE LIMIT $2,000,000 Ea..dent BODILY INJURY (Per person) $ X ANYAUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident X HIRED Xd NON-OWNEO AUTOS ONLY AUTOS ONLY $ A e X UNIBRELLALNBX EXCESS LIAB pCCUR CLAIMSMAOE P-001-000882635 CH24EXCZOGQVPIC 6/1/2024 6/1/2024 6/1/2025 6/1/2625 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED X RETENTION$ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILRY Y I N Y LDS4068227(CA) 6/1/2024 6/1/2025 X I STATUTE DER ANYPROPRIETORIPARTNERIEXECUTIVE E.L EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? NIA E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory in NH) E.L. DISEASE -POLICY LIMIT $ 1,000,000 If yes. deacnbe Under DESCRIPTION OF OPERATIONS below C B D Stop Gap Liability - OH Pollution Liablity Cnme LDS4068227 CH24ECPZ01ECGIC 8400.2199 6/1/2024 6/1/2024 6/1/2024 6/1/2025 6/1/2025 6/1/2025 Limit $1,000,000 Each lnddenVUed. $1,000,000 Limit $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, AddNonal Remarks Schedule, may ba attaebad R mora space is required) City of Rosemead, its officers, agents, employees and volunteers are included as additional insureds under General Liability & Auto Liability, on a primary and non-contributory basis, when agreed in a written contract, subject to policy terms, conditions and exclusions. Waiver of Subrogation in favor of the additional insured applies under General Liability, Auto Liability & Workers Compensation when agreed in a written Contract, subject to policy terms, conditions and exclusions. Umbrella follows form. 30 Day Notice of Cancellation applies in accordance to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Rosemead P.O. Box 399 AUTHORQED REPRESENTATIVE Rosemead CA 91770 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Policy# CA 6676536 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ADDITIONAL INSURED This endorsement modifies insurance prodded under the following: COMMERCIAL AUTOMOBILE COVERAGE PART SCHEDULE ame of AdditionalInsured erson(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 abovewith whom you haw 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 Insured(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 Insured(s). (2) The insurance afforded under this Coverage Form to such Additional Insured(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 Insured(s) The most we will pay on behalf of the Additional Insured(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. The amount we will pay on behalf of such Additional Insured(s) shall be a part of, and not in addition to, the Limits of 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. (4) Exclusions (a) This endorsement does not apply to liability of the Additional Insured which arises out of the ownership of transportation operating rights granted to the Additional Insured by public authority. (b) This endorsement does not apply to the liability of the owner or anyone else from whom you hire or borrow a covered auto. SNCA 02610 13 Safety National Casualty Corporation Page 1 of (5) Obligations at the Additional Insured'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. The Additional Insured(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 06/01/2024 Policy No. CA 6676536 Endorsement No. Named Insured SWEEP AMERICA HOLDINGS, LLC Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By Page 2 of 2 Safety National Casualty Corporation SNCA 02610 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART SCHEDULE Name Of Person Or Organization: Person(s) or Organization(s) as required by written contract when such written contract is executed prior to an accident to which this endorsement applies. Any individually scheduled Waivers shall not be construed to override nor negate this blanket Waiver. CHANGE We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for `bodily injury' or "property damage" to which this insurance applies, caused by an "accident' and resulting from the ownership, maintenance or use of a covered "auto". This waiver applies only to the person or organization shown in the Schedule above. This endorsement changes the policy to w hich it is attached and is effective on the date issued unless otherw ise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 06/01/2024 Policy No. CA 6676536 Named Insured SWEEP AMERICA HOLDINGS, LLC Insurance Company Safety National Casualty Corporation Countersigned By :'fi :G7;T- r.i--4'�iii!R7 Premium $ Included SNCA 02710 13 Safety National Casualty Corporation Page 1 of 1 POLICYNUMBER: CA 6676536 COMMERCIAL AUTO CA 04 4911 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement,the provisions ofthe Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 4911 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 POLICY NUMBER: GL 6676535 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 Organization(s) Locations Of Covered Operations As required by written contract or agreement All locations where your work is when such written contract or agreement is performed. 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. Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for 'bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to 'bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 Policy Number: GL 6676535 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 0 Insurance Services Office, Inc., 2018 CG 2010 1219 POLICYNUMBER: GL 6676535 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) Or Or anization s Location And Description Of Completed Operations As required by written contract or All locations where your work is agreement when such written contract or performed. 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. Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for 'bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: GL 6676535 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance prodded under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Person(s) or Organization(s) as required by written contract when such written contract is executed prior to an occurrence, offense or loss to which this endorsement applies. Any individually scheduled Waivers shall not be construed to override nor negate this blanket Waiver The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only tothe extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICYNUMBER: GL 6676535 COMMERCIAL GENERAL LIABILITY CG 20 0112 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 0112 19 C Insurance Services Office, Inc., 2018 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE WHERE A WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS IS REQUIRED BY WRITTEN CONTRACT, SUCH ADDITIONAL ENTITIES SHALL BE CONSIDERED AUTOMATICALLY SCHEDULED BY THE COMPANY. INDIVIDUALLY SCHEDULED WAIVERS SHALL NOT BE CONSTRUED TO OVERRIDE NOR NEGATE THIS BLANKET WAIVER. THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. AL, AZ, CA, DE, FL, GA, IL, IN, LA, MD, MI, MS, MC, NC, NJ, PA, SC, TN, TX, VA, WV 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 06/01/2024 Insured Policy No. LDS4068227 Endorsement No. Insurance Company Safety National Casualty Corporation Countersigned By WC 00 03 13 (04 84) ®1983 National Council on Compensation Insurance. Premium $ Included Page 1 of 1 a� �® CERTIFICATE OF LIABILITY INSURANCE DA 6/28/202 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(les) 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 HUB International Midwest Limited 1411 Opus Place, Suite 450A/c Downers Grove IL 60515 CONTACT NAME: PHONE 630-468-5600 FA" "° ADDRESS: CSUConstruction@hubinternational.com INSURERS AFFORDING COVERAGE NAIC0 Y INSURER A: AXIS Surplus Insurance Company 26620 GL6676535 INSURED SWEECOR-01 SCA DfLLC ck 4141 Rockside Road, Suite 100 INSURER B: Navigators Specialty Insurance Company 36056 INSURER C: Safe National Casual Corporation 15105 INSURER D: Federal Insurance Company 20281 Seven Hills OH 44131 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 1828706432 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE J POLICY NUMBER POLICY EFF POLICY MMmD EXP LIMITS C X COMMERCALGENERALUABILnY Y .M=SUBR Y GL6676535 6/1/2023 6/1/2024 $2,000,000 CLAIMSMADE OCCUR occunence$1,000,000 one person) $5,000 X Contractual List, X XCU Gov Ind nFACHOCCURRENCEENCE DV INJURY $1,000,000 GENT AGGREGATE LIMIT APPLIES PER: REGATE $4,000,000 POLICY JEo- � LOC OMP/OP AGG $4,000,000 $ OTHER: C AUTOMOBILE LABILITY Y Y CA6676536 6/1/2023 6/1/2024 COMBINED SINGLE LIMIT $2,000,000 Ea acddent BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ Per accident $ AdUMBRELLA LIAR X OCCUR P-001-000882635 6/1/2023 6/1/2024 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 EXCESS LIAR CLAIMS -MADE DEC I X I RETENTION$ n $ C WORKERS COMPENSATION AND EMPLOYERS' UABIU`IY Y I N Y LDS4068227(CA) 6/1/2023 6/1/2024 X IPER STATUTE ERH ANYPROPRIETOWPARTNERIEXECUTIVE F`N]N/A OFFICER/MEMSEREXCLUDED? E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory In NN) If yes, tlesaibs under DESCRIPTION OF OPERATIONS bolas, E.L. DISEASE -POLICY LIMIT $1,000,000 C Stop Gap Liability - OH GL6676535 6/1/2023 6/1/2024 Limit: $1,000,000 B D Pollution Liability Crime CH23ECPZOIECGIC 8400-2199 6/1/2023 6/1/2023 6/1/2024 6/1/2024 Each lnddenurDed: $1,000,000 Limit $1,000,000 OESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may Is saached if more space is required) City of Rosemead, its officers, agents, employees and volunteers are included as additional insureds under General Liability & Auto Liability, on a primary and non-contributory basis, when agreed in a written contract, subject to policy terms, conditions and exclusions. Waiver of Subrogation in favor of the additional insured applies under General Liability, Auto Liability & Workers Compensation when agreed in a written contract, subject to policy terms, conditions and exclusions. Umbrella follows form. 30 Day Notice of Cancellation applies in accordance to policy terms and conditions. CFRTIFICATE HOLDER CANCELLATION ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Rosemead P.O. Box 399 AUTHORIZEDREPRESENTATIVE Rosemead CA 91770 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 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 Additions nsured 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)ororganization(s)shownintheScheduleabovewithwhomyouhaveagreedinawrittencontract 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 Insured(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 Insured(s). (2) The insurance afforded under this Coverage Form to such Additional Insured(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 Insured(s) The most we will pay on behalf of the Additional Insured(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. The amount we will pay on behalf of such Additional Insured(s) shall be a part of, and not in addition to, the Limits of 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. (4) Exclusions (a) This endorsement does not apply to liability of the Additional Insured which arises out of the ownership of transportation operating rights granted to the Additional Insured by public authority. (b) This endorsement does not apply to the liability of the owner or anyone else from whom you hire or borrow a covered auto. SNCA 02610 13 Safety National Casualty Corporation Page 1 of (5) Obligations at the Additional Insured'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. The Additional Insured(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 06/01/2023 Policy No. CA 6676536 Endorsement No. Named Insured SWEEP AMERICA HOLDINGS, LLC Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By Page 2 of 2 Safety National Casualty Corporation SNCA 02610 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance prodded under the following: COMMERCIAL AUTOMOBILE COVERAGE PART SCHEDULE Name Of Person Or Organization: Person(s) or Organization(s) as required by written contract when such written contract is executed prior to an accident to which this endorsement applies. Any individually scheduled Waivers shall not be construed to override nor negate this blanket Waiver. CHANGE We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for "bodily injury" or "property damage" to which this insurance applies, caused by an "accident' and resulting from the ownership, maintenance or use of covered "auto". This waiver applies only to the person or organization shown in the Schedule above. 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.) EndorsementEtfecthoe 06/01/2023 Policy No. CA 6676536 Endorsement No. Named Insured SWEEP AMERICA HOLDINGS, LLC Premium $ Included Insurance Company Safety National Casualty Corporation Countersigned By SNCA 02710 13 Safety National Casualty Corporation Page 1 of 1 POLICYNUMBER: CA 6676536 COMMERCIAL AUTO CA 04 4911 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions ofthe Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". B. The following is added to the Other Insurance Condition in the Auto Dealers Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage and General Liability Coverages are primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurancewould beprimary and would not seek contribution from any other insurance available to such "insured". CA 04 4911 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 POLICY NUMBER: GL 6676535 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 Organization(s) Locations Of Covered Operations As required by written contract or agreement All locations where your work is when such written contract or agreement is performed. 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. Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for 'bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 1219 0 Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 0 Insurance Services Office, Inc., 2018 CG 20 10 1219 POLICY NUMBER: GL 6676535 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) Or Or anization s Location And Description Of Completed Operations As required by written contract or All locations where your work is agreement when such written contract or performed. 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. Information re wired to complete this Schedule if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for 'bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 1219 0 Insurance Services Office, Inc., 2018 Page 1 of 1 POLICYNUMBER: GL 6676535 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Person(s) or Organization(s) as required by written contract when such written contract is executed prior to an occurrence, offense or loss to which this endorsement applies. Any individually scheduled Waivers shall not be construed to override nor negate this blanket Waiver Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: GL 6676535 COMMERCIAL GENERAL LIABILITY CG 20 0112 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance prodded underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 0112 19 0 Insurance Services Office, Inc., 2018 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE WHERE A WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS IS REQUIRED BY WRITTEN CONTRACT, SUCH ADDITIONAL ENTITIES SHALL BE CONSIDERED AUTOMATICALLY SCHEDULED BY THE COMPANY. INDIVIDUALLY SCHEDULED WAIVERS SHALL NOT BE CONSTRUED TO OVERRIDE NOR NEGATE THIS BLANKET WAIVER. THIS FORM APPLIES ONLY TO THE FOLLOWING STATE(S) IF COVERED BY YOUR POLICY. IF A STATE IS NOT LISTED BELOW, THIS FORM DOES NOT APPLY IN THAT STATE. AL, AZ, CA, DE, FL, GA, IL, IN, LA, MD, MI, MS, MO, NC, NJ, PA, SC, TN, TX, VA, WV 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 06/01/2023 Insured Policy No. LDS4068227 Endorsement No. Insurance Company Safety National Casualty Corporation Countersigned By WC 00 03 13 (04 84) 01983 National Council on Compensation Insurance. Premium $ Included Page 1 of 1