Loading...
HomeMy Public PortalAboutC-20-002 - Mobile Detail Dr., Inc., Bus Washing ServicesN (D 0 I AGREEMENT FOR VEHICLE CLEANING SERVICES ') BETWEEN THE CITY OF CARSON AND N MOBILE DETAIL DR., INC. 0 THIS AGREEMENT FOR CONTRACT SERVICES (herein "Agreement") is made and entered into this 1St day of January, 2020 by and between the CITY OF CARSON, a California municipal corporation ("City") and MOBILE DETAIL DR., INC., a California corporation ("Contractor"). City and Contractor are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the "Parties." NOW, THEREFORE, the parties hereto agree as follows: 1. SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work or services set forth in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by reference. Contractor warrants that it has the experience and ability to perform all work and services required hereunder and that it shall diligently perform such work and services in a professional and satisfactory manner. 1.2 Comtuliance With Law. All work and services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the services required by the Agreement. 1.4 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions of Exhibit "B" shall govern. 2. COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount of Five Thousand Dollars$S( 00.00) ("Contract Sum"). 2.2 Invoices. Each month Contractor shall furnish to City an original invoice for all work performed and expenses incurred during the preceding month in a form approved by City's Director of Finance. By submitting an invoice for payment under this Agreement, Contractor is certifying compliance with all provisions of the Agreement. The invoice shall detail [i3@'IFR.1.i3►i-ItWI #E.! charges for all necessary and actual expenses by the following categories: labor (by sub- category), travel, materials, equipment, supplies, and subcontractor contracts. Subcontractor charges shall also be detailed by such categories. Contractor shall not invoice City for any duplicate services performed by more than one person. City shall independently review each invoice submitted by the Contractor to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Contractor which are disputed by City, City will use its best efforts to cause Contractor to be paid within forty five (45) days of receipt of Contractor's correct and undisputed invoice; however, Contractor acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Contractor for correction and resubmission. Review and payment by the City of any invoice provided by the Contractor shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.3 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum for the actual cost of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to ten percent (10%) of the Contract Sum but not exceeding a total contract amount of Five Thousand Dollars ($5,000) or in the time to perform of up to ninety (90) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. No claim for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D" and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding thirty (30) days cumulatively. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall 01007.00011549063.4 -2- ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D"). 4. COORDINATION OF WORK 4.1 Representative of Contractor. Andre Johnson, Chief Financial Officer, is hereby designated as being the representative of Contractor authorized to act on its behalf with respect to the work and services specified herein and make all decisions in connection therewith. All personnel of Contractor and any authorized agents shall be under the exclusive direction of the representative of Contractor. Contractor shall utilize only competent personnel to perform services pursuant to this Agreement. Contractor shall make every reasonable effort to maintain the stability and continuity of Contractor's staff and subcontractors, and shall keep City informed of any changes. 4.2 Contract Officer. Jason Jo, Transportation Services Supervisor, or such person as may be designated by the City Manager, is hereby designated as being the representative the City authorized to act in its behalf with respect to the work and services specified herein and to make all decisions in connection therewith ("Contract Officer"). 4.3 Prohibition Against Subcontracting or Assignment. Contractor shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Any such prohibited assignment or transfer shall be void. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth. Contractor shall perform all services required herein as an independent contractor of City with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City, or that it is a member of a joint enterprise with City. 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance which shall cover all elected and appointed officers, employees and agents of City: 01007.0001!544063.4 -3- (a) Commercial General Liability Insurance (Occurrence Form CG0001 orequivalent). A policy of comprehensive general liability insurance written on a per occurrence basis for bodily injury, personal injury and property damage. The policy of insurance shall be in an amount not less than $1,000,000.00 per occurrence or if a general aggregate limit is used, either the general aggregate limit shall apply separately to this contract/location, or the general aggregate limit shall be twice the occurrence limit. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for the Contractor against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance (Form CA 0001 (Ed 1/87) including `any auto" and endorsement CA 0025 orequivalent). A policy of comprehensive automobile liability insurance written on a per occurrence for bodily injury and property damage in an amount not less than either (i) bodily injury liability limits of $100,000.00 per person and $300,000.00 per occurrence and property damage liability limits of $150,000.00 per occurrence or (ii) combined single limit liability of $1,000,000.00. Said policy shall include coverage for owned, non -owned, leased, hired cars, and any other automobile. (d) Professional Liability. Professional liability insurance appropriate to the Contractor's profession. This coverage may be written on a "claims made" basis, and must include coverage for contractual liability. The professional liability insurance required by this Agreement must be endorsed to be applicable to claims based upon, arising out of or related to services performed under this Agreement. The insurance must be maintained for at least 5 consecutive years following the completion of Contractor's services or the termination of this Agreement. During this additional 5 -year period, Contractor shall annually and upon request of the City submit written evidence of this continuous coverage. (e) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit "B". (f) Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 5.2 General Insurance Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its elected and appointed officers, employees and agents as additional insureds and any insurance maintained by City or its officers, employees or agents may apply in excess of, and not contribute with Contractor's insurance. The insurer is deemed hereof to waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. The insurance policy must specify that where the primary insured does not satisfy the self-insured retention, any additional insured may satisfy the self-insured retention. All of said policies of insurance shall provide that said insurance may not be amended 01007.00011549063.4 -4- or cancelled by the insurer or any party hereto without providing thirty (30) days prior written notice by certified mail return receipt requested to the City. In the event any of said policies of insurance are cancelled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with Section 5 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance, additional insured endorsement forms or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. City reserves the right to inspect complete, certified copies of and endorsement to all required insurance policies at any time. Any failure to comply with the reporting or other provisions of the policies including breaches or warranties shall not affect coverage provided to City. The insurance required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the City's Risk Manager or other designee of the City due to unique circumstances. 5.3 Indemnification. To the full extent permitted by law, Contractor agrees to indemnify, defend and hold harmless the City, its officers, employees and agents ("Indemnified Parties") against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Contractor, its officers, employees, agents, subcontractors, invitees, or any individual or entity for which Contractor is legally liable ("indemnitors"), or arising from Contractor's or indemnitors' reckless or willful misconduct, or arising from Contractor's or indemnitors' negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, except claims or liabilities occurring as a result of City's sole negligence or willful acts or omissions. The indemnity obligation shall be binding on successors and assigns of Contractor and shall survive termination of this Agreement. 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Contractor shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies or other documents relating to the disbursements charged to City and services performed hereunder (the "books and records"), as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services and shall keep such records for a period of three years following completion of the services hereunder. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. 6.2 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement or as the Contract Officer shall require. 01007.00011549053.4 -5- 6.3 Confidentiality and Release of Information. (a) All information gained or work product produced by Contractor in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Contractor. Contractor shall not release or disclose any such information or work product to persons or entities other than the City without prior written authorization from the Contract Officer. (b) Contractor shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Contractor gives the City notice of such court order or subpoena. (c) If Contractor provides any information or work product in violation of this Agreement, then the City shall have the right to reimbursement and indemnity from Contractor for any damages, costs and fees, including attorney's fees, caused by or incurred as a result of Contractor's conduct. (d) Contractor shall promptly notify the City should Contractor be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed thereunder. The City retains the right, but has no obligation, to represent Contractor or be present at any deposition, hearing or similar proceeding. Contractor agrees to cooperate fully with the City and to provide the City with the opportunity to review any response to discovery requests provided by Contractor. 6.4 Ownership of Documents. All studies, surveys, data, notes, computer files, reports, records, drawings, specifications, maps, designs, photographs, documents and other materials (the "documents and materials") prepared by Contractor in the performance of this Agreement shall be the property of the City and shall be delivered to the City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by the City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Moreover, Contractor with respect to any documents and materials that may qualify as "works made for hire" as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed "works made for hire" for the City. 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 01007.0001!549063.4 -6- 7.2 Disputes, Default. In the event that Contractor is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Contractor for any work performed atter the date of default. Instead, the City may give notice to Contractor of the default and the reasons for the default. The notice shall include the timeframe in which Contractor may cure the default. This timeframe is presumptively thirty (30) days, but may be extended, if circumstances warrant. During the period of time that Contractor is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. If Contractor does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. 7.3 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Contractor shall file a statutory claim pursuant to Government Code Sections 905 et. seq. and 910 et. seq., in order to pursue any legal action under this Agreement. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.4 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days' written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Contract at any time, with or without cause, upon sixty (50) days' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer. In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder, but not exceeding the compensation provided therefore in the Schedule of Compensation Exhibit "C". In the event of termination without cause pursuant to this Section, the terminating party need not provide the non -terminating party with the opportunity to cure pursuant to Section 7.2. 7.5 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for 01007.00011549063.4 -7- completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 8. MISCELLANEOUS 8.1 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class in the performance of this Agreement. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class 8.2 Non -liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount, which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.3 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Carson, 701 East Carson, Carson, California 90745 and in the case of the Contractor, to the person(s) at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 8.4 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 8.5 Severability. In the event that part of this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining portions of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 8.6 Waiver. No delay or omission in the exercise of any right or remedy by non -defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in 01047.0001/549063.4 -8- writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 8.7 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which any be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees, whether or not the matter proceeds to judgment. 8.8 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 8.9 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 8.10 Warranty & Representation of Non -Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of "financial interest" shall be consistent with State law and shall not include interests found to be "remote" or "noninterests" pursuant to Government Code Sections 1091 or 1091.5. Contractor warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Contractor further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Contractor is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will rende his Agreement void and of no force or effect. Contractor's Authorized Initials 8.11 Corporate Authority. The person a cut ing this 6eement on behalf of the parties hereto warrant that (i) such party is duly o nized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. 01007.000V549063A -9- IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the dale and year-fvs, abQ-ve written. % IV RF , ATTES Donesia 'ause-Aldana, City Cleric APPROVED AS TO FORM: CITY: CITY ARSON municip corporation Sharon Landers, City Manager ALESHIRE & WYNDER, LLP Far' Sunny K. Soltani, City Attorney [tc]C�e,� ja �, n (L •�o�a s' k0- C try *i 10( CONTRACTOR: MOBILE DETAIL DR. INC., a California corporation B NW n Titl Offs r By: Ne ttle: President Address: 19512 Fariman Dr. Carson, CA 90746 Two corporate officer signatures required when Contractor is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and Z) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONTRACTOR'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR'S BUSINESS ENTITY. 01007.001/549063A -10- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES �fb�,Q,LaS�Utz� On Nov 2� 2019 before me, ^�"'� personally appeared , r\� re- , proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the- State of California that the foregoing paragraph is true and correct. ARTMWIY 9I1:11MW VELASQUEZ WITNESS my hand and official seal. Commission # 213M00 NoUry Public - Cdllornis D Signature: Son Diego CCU" my -Comm. Ea fres Dec 31, 2019 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) 0!007.00011549063A TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES On WV 2() 2019 before me, A�n�w`1 ����`G pe o ally appeared L w eA C -ha rt proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ANTHONY RICHARD VELASOUEZ WITNESS my hand and official sea GM Commission # 2138000 Notary Public - California n Signature: San Oil" Cow+ty M Comm. Ea fres Dee 31, 2019 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER ❑ 01007.0001I549063A DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) 01007.0001I549063A DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE EXHIBIT "A" SCOPE OF SERVICES I. Contractor will perform cleaning services on the City's buses in the manner described below: A. The City's buses with vehicles numbers 1502, 1503, 1507, and 1032 shall be the designated vehicles ("Designated Vehicles") for service under this contract. Upon written notice to the Contractor, the Contract Officer may revise the buses determined to be Designated Vehicles. B. The Contractor shall perform a thorough and detailed cleaning of the interior and exterior of all Designated Vehicles, utilizing industry -accepted equipment, supplies and methods. C. Interior vehicle cleaning includes, but is not limited to, the following: 1. Wiping down all surfaces, including the dashboard, windows, mirrors, chair arms, and overhead compartments; 2. Sweeping and mopping the floors; 3. Vacuuming and removing all stains from the seats on an as -requested basis; 4. Washing and disinfecting any on -board bathrooms; 5. Removing any stains on the vehicle panels; and 6. Deodorizing the entire vehicle. D. Exterior vehicle cleaning includes, but is not limited to, the following: 1. Washing the entire vehicle, while ensuring the integrity of the paint; 2. Wiping down all mirrors, headlights, windshield, windows, taillights; 3. Polishing the tire rims; and 4. Drying off the entire vehicle. E. Cleaning Location -- The Contractor shall provide services at 2400 E. Dominguez St., Carson, CA 90810 ("Cleaning Location"). The Cleaning Location may be altered by the Contract Officer through written notice provided to the Contractor. 01007.00011549063.a A -i F. Cleaning of vehicles numbered 1502, 1503, and 1507 shall take place on the 1St and 3`d Thursday of each month, weather permitting. Cleaning of the vehicle numbered 1032 will take place on the I" Thursday of each month, weather permitting. Contractor and the Contract Officer will determine a mutually acceptable time to complete the service. Should there be inclement weather in the forecast for a scheduled wash day, or should a major holiday fall on a normally scheduled wash day, Contractor and the Contract Officer shall reschedule a date and time to perform the cleaning services. The schedule described above may be altered by the Contract Officer through written notice provided to the Contractor. G. Upon arrival at the Cleaning Location, Contractor shall meet with a City of Carson Transportation Services Department ("TSD") staff member to gain access into the Cleaning Site, and to receive the vehicle keys. Prior to commencing any cleaning services, the TSD staff member and Contractor shall first complete a visual inspection of each vehicle being services that day. inspection shall include a walk-through of the entire vehicle, documenting any dents, scratches, stains, damage, etc. to the interior and/or exterior prior to commencing work. if damage is discovered during the inspection, the TSD staff member will take photographs to record the initial condition of the vehicle. H. All employees of the Contractor are required to wear an official, Contractor -approved uniform with the Contractor's name clearly printed/embroidered on his/her clothing. II. As part of the Services, Contractor will prepare and deliver the following tangible work products to the City: Not Applicable III. In addition to the requirements of Section 6.2, during performance of the Services, Contractor will keep the City updated of the status of performance by delivering the following status reports: A. A monthly status report detailing: 1. The date of each service provided. 2. The vehicle numbers of each vehicle which Contractor serviced during the month. 3. Name(s) of the person(s) who cleaned each vehicle. 4. Description of the conditions of each vehicle at the start of each cleaning. 5. Description of the conditions of each vehicle at the end of each cleaning. 6. Detailed summary of the work that was completed. 01007.0001/549063.4 7. Cost for each service provided, including cost per vehicle. 8. Any issues during the duration of the cleaning. IV. All work product is subject to review and acceptance by the City, and must be revised by the Contractor without additional charge to the City until found satisfactory and accepted by City. V. Contractor will utilize the following personnel to accomplish the Services: A. Andre Johnson, Chief Financial Officer B. Qualified Contractor employees 01007.00011549063.4 EXHIBIT "B" SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) 01007.00011549043.4 B-1 EXHIBIT `°C" SCHEDULE OF COMPENSATION I. Contractor shall perform the Services at a rate of $45 per vehicle per day. II. A retention of ten percent (10%) shall be held from each payment as a contract retention to be paid as a part of the final payment upon satisfactory completion of services. Not Applicable. III. Within the budgeted amounts for each Task, and with the approval of the Contract Officer, funds may be shifted from one Task sub budget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Services are approved per Section 2.3. N. The City will compensate Contractor for the Services performed upon submission of a valid invoice, in accordance with Section 2.2. Contractor shall utilize the City - approved invoice for all billing of this service. In addition to what is required under Section 2, Compensation, Subsection 2.2, the following information must be clearly stated on the invoice: 1. The date of the each service performed. 2. The vehicle number for each vehicle serviced. 3. Name(s) of the person(s) who cleaned each vehicle. 4. Detailed summary of the work that was completed. 5. Cost of each service performed, including cost per vehicle. Monthly Invoices shall be transmitted to the Contract Officer on the first day of each month. VI. The total compensation for the Services shall not exceed $5,000.00, as provided in Section 2.1 of this Agreement. C-1 01007.00011549063.4 EXHIBIT "D" SCHEDULE OF PERFORMANCE 1. Contractor shall perform all Services timely in accordance with the following schedule: Vehicle Number Monthly Service Days Deadline for Service Completion 1502 First and Third Thursday End of business day or 5:00 PM 1503 First and Third Thursday End of business day or 5:00 PM 1507 First and Third Thursday End of business day or 5:00 PM 1032 First Thursday End of business day or 5:00„PM *Schedule subject to change by the Contract Officer through written notice provided to Contractor, or by mutual consent due to weather conditions. H. Contractor shall deliver the following tangible work products to the City by the following dates. Not Applicable, M. The Contract Officer may approve extensions for performance of the Services in accordance with Section 3.2. D-1 01007.0001/549063.4 ACORLJDATE (MWDDfYYYYI CERTIFICATE OF LIABILITY INSURANCE 11/01/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT; If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Carl Winston Jr.4 StateFarm 1451 W. Artesia #10 Gardena, CA 91]248 NAME. Cad Winston _ .310.808-9142 F Ne,310-808-9142 _ cad.Winston.t8j6®stalefarm.c4m INSURERS AFFORDING COVERAGE NAIC r INSURER A :State Farm Fire and Casualty Company 25143 _ INSURED LOWELL CHARLES DBA MOBILE DETAIL DOCTOR '19518 FARIMAN DR CARSON, CA 90746 INSURER :State Farm Mutual Automobile Insurance Company 25178 INSURER C :Stake Farm Fire and Casually Company 25143 INSURER 0: INSURER E : _ 1 INSURER F: COVERAGES CERTIFICATE NUMBER-, ra EYMInu MINUISCo. 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 iNSRTR 110E R POLICY EFF POLICY EXP TYPE OF INSURANCE POLICY NUMBER M IM LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE El OCCUR Y Y 92 -EZ -8734-2 0912012019 0912012020 EACH OCCURRENCE S 1.000,040 _ DAMAGE TOR NTED PR MI S a S 300,000 MED EXP LAM one person S 5,000 PERSONAL & ADV INJURY S 1.000.0 ()0 GENT_ AGGREGATE LIMIT APPLIES PER PRO. LOC POLICY a JECT OTHER GENERAL AGGREGATE S 2.000,040 PRODUCTS S 2,1X10,000 S B AUTOMOBILE X LIABILITY Y ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIR£DAUTOS UTNONOSldJED Y 608-7744-A26-75 601-1417-E20-75 07126!2019 0512012019 07126/2020G4MBaNED 0512012020 I LE LIM1r S 1,000,400 a aon rl BODILY INJURY (Per person} 5 BODILY INJURY er aoadenl $ (P } Per ERTYDAMAGE 5 s UMBRELLA LIAB EXCESS LIAR OCCUR CLAIMS-MADE EACH OCCURRENCE S AGGREGATE 5 DEC) I I RETENTIONS S C WORKERSCOMPEHSATION AND EMPLOYERS' LIABILnY Y 7 N ANY PROPMETOMPARTNERtEXECUT1vEE OFFICERIMEMBER EXCLUDED? N r A (Mandatory In NH) i 11�Ies, tPTIOe UOF DESCRIPTION n( OPERATIONS below Y 92 -EZ -B734-2 0912012019 0912012020 R OTH- STAT E ER L EACH ACCIDENT ; 1,00.000 E.L DISEASE - EA EMPLOYEE S 1,000,000 E L DISkASE POLICY LIMIT S 1 000,000 DESCRIPTION OF OPERATIONS I LOCATIONS r VEHICLES (ACORD 101, Additional Remarks Schedule, may be altaehed if mare space is required) CITY OF CARSON, ITS ELECTED AND APPOINTED OFFICERS, EMPLOYEES AND AGENTSARE ADDITIONAL INSURED CHARLES LOWELL WILL NOT BE PERFORMING WORK_ CERTIFICATE HOLDER CANCELLATION CITY OF CARSON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 701 E. CARSON ST. ACCORDANCE WITH THE POLICY PROVISIONS. CARSON, CA. 90745 AUTHORIZE'b REP flV@ C %�88-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD 1001486 132849 9 02-04-2014 Policy No. 92 -EZ -B734-2 0805-EA75 CMP -4786 1 Page 1 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY CMP4786.1 ADDITIONAL INSURED — OWNERS, LESSEES, OR CONTRACTORS (Scheduled) This endorsement modifies insurance provided under the following - BUSINESS OWNERS COVERAGE FORM SCHEDULE Policy Number: 92 -EZ -8734-2 Named insured: CHARLES, LOWELL DBA MOBILE DETAIL DOCTOR 19518 FARIMAN DR CARSON, CA 90746 Name And Address Of Additional Insured Person Or Organization: CITY OF CARSON 701 E CARSON ST CARSON, CA 90745 SECTION II — WHO IS AN INSURED of SECTION II — LIABILITY is amended to in- clude, as an additional insured, any person or organization shown in the Schedule, but only with respect to liability for "bodily injury', "property damage', or "personal and adverbs-ing injury' caused, in whole or in part, by: a. Ongoing Operations (1) Your acts or omissions, or (2) The acts or omissions of those acting on your behalf; b. Products–Completed Operations -Your work' performed for that additional insured and included in the "products - completed operations hazard' However, Paragraph 1. above Is subject to the following: a The Insurance afforded to the additional insured only applies to the extent permit- ted by law. t; If coverage provided to the additional in- sured is required by a contract or agree- ment, the insurance provided to the additional insured will not be broader than that which you are required by the contract or agreement to provide for such addition• al insured, and c If the contract or agreement between you and the additional insured is governed by California Civil Code Section 2782 or 2782.05, the insurance provided to the additional insured is the lesser of that which: 11) Is allowed for the satisfaction of a de- fense or indemnity obligation by Cali- fornia Civil Code Section 2782 or 2782.05 for your sole liability, or i 2) You are required by contract or agreement to provide for such addi- tional insured We have no duty to defend or indemnify the additional insured under this endorsement un-lil a claim or"suit" is tendered to us Copyright State Farm Mutual Automobile Insurance Company. 2013 Includes copynghted material of Insurance services Otriee Inc. with ds permission CONTINUED 2. Any Insurance provided to the additional in- sured shall only apply with respect to a claim made or a 'suit" brought for damages for which you are provided coverage. 3. With respect to the insurance afforded to the additional Insured, the following is added to SECTION If — LIMITS OF INSURANCE: If coverage provided to the additional insured is required by contract or agreement, the most we will pay on behalf of the additional Insured will be the Lesser of the amount of insurance.- a. nsurance:a. Required by the contract or agreement; or b. Available under the applicable Limits Of Insurance shown in the Declarations. This endorsement shall not increase the ap- plicable Limits Of Insurance shown in the Declarations. 4 With respect to the insurance afforded to the additional insured, the following is added to Paragraph 3. Duties In The Event Of Occur-rence, Offense, Claim Or Suit of SECTION II — GENERAL CONDITIONS - The additional insured must: a. See to it that we are notified as soon as practicable of an "occurrence' or an of- fense which may result in a claim. To the extent possible, notice should include: CMP -47116 1 Page 2 of 2 (3) The nature and location of any injury or damage arising out of the "occur- rence" or offense, b. Tender the defense and indemnity of any claim or 'suit" to us and to all other insur- ers who may have insurance potentially available to the additional insured. and c Agree to make available any other incur -ante the additional insured has for de -tense or damages for which we would provide coverage under SECTION If —LIABILITY. S. With respect to the insurance afforded the ad- ditional insured, the following replaces SEC" TION II --LIABILITY of Paragraph 7. Other Insurance of SECTION I AND SECTION II — COMMON POLICY CONDITIONS - a. This insurance is primary to and will not seek contribution from any other insurance available to the additional insured, provided that the additional insured is a named in- sured under such other insurance. b. Regardless of any agreement between you and the additional insured, this insur- ance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional in- sured has been added as an additional in- sured on other policies (1) How, when and where the There will be no refund of premium in the event "occurrence" or offense look place; this endorsement is cancelled. (2) The names and addresses of any In-jured persons and witnesses'. and All other policy provisions apply PMP -47861 1007033 148011 08.21-2014 9 Copyright, State Farm Mutual Automobile Insurance Company 2013 Includes copynghted material of Insurance Services OR ca. Inc. Math its permission Polis No. 92 -EZ -8734-2 0805-FA75 CMP 4787 Policy Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY CMP4787 WAIVER OF TRANSFER OF RIGHTS OR RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS OWNERS COVERAGE FORM SCHEDULE Policy Number: 92 -EZ -8734-2 Named Insured: CHARLES, LOWELL DBA MOBILE DETAIL DOCTOR 19518 FARIMAN DR CARSON, CA 90746-24 Name And Address Of Person Or Organization: CITY OF CARSON 701 E CARSON ST. CARSON, CA 90745 The following is added to Paragraph 10.b. of SECTION I AND SECTION fl — COMMON POLICY CONDITIONS - We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments we make for Injury or damage arising out of a. Your ongoing operations; or b. "Your work" done under contract with that person or organization and included in the "products -completed operations hazard" This waiver applies only to the person or organization shown in the Schedule All other policy provisions apply CMP -4787 Copyright. Slate Farm Mutual Automobile Insurance Company 2008 1006225 177715111-19.2013 Includes copyrighted material of Insurance Services Office. Inc. Nnth its penmssia.'+ POLICY NUMBER: 806-7744A28.75 COMMERCIALAWO CA 2048 10 13 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endarsemont modifies Insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM YNth rasped to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modffied by this endorsement. Thb endorsement ldan#ftn persons] or organi:sltion(sj who am 'insureds" of Covered Autos Liability Coverage under the Who Is An Insured provision provision of the Coverage Form. This andonement does not alter coverage provided In the Coverage Form. This below. ardonement changes the policy effective on the inception date of** policy unless another date Is indicated Named Insured; CITY Of CARSON 701 E. CARSON ST. I Endorsement Effective Data: 0712812019 CARSON,CA90745 I SCHEDULE Nam* Of Parson(s) Or Organiratfon(y): Any Entity whera shrron on a coeuncea of insurance or to crhom the naw4d insured r obtigaxt! ry a vn-ran 'insurad contract' at sgreetnent to provide lnauranee; Hanover, dth Cavarage choll only apply x�i1 rasp:;i to liability ariling out of operations parfann&d by or on baW of the R`amod fnsu:ad. Furlhar, this covoriga C^aC nat egpty to damages erlsing out of the negllgente of 1he Additional Insured Entity. -each ,won or orgardzation shoran In d,o Schedule Ic an'Srtsurad" for Covered Autos Liability Coverage, but cnly to the extent that penton cc organization qu2WTes as an 'insured" under Ma Who Is An Insured P rovision cgnrairted In Paragraph AA. of Section if - Covered Autos Lla6Blry Coverage In Lha Business Auto and Motor Carriar Covsrsge Fcnns and Paragraph 0.2. of Sec4'on l - Covcmd Autos Coverages of ors Aula ashlers Coverego Form. POLICY NUMBER 801.1417-M75 COMMERCIALAUTO CA 40 48 4013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies Insurance provided under the fallowing: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identities person(s) or organizatlon(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not after coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date Is indicated below. Named Insured: CITYCFCARSON 701 E. CARSON ST. Endorsement Effective Dale: 05/2012019 CARSON, CA 90745 SCHEDULE Mmo Off' irson(s) Or Or03nlzatlan(a): Any Entry whew shown on a cartificate of Insurance or to whom The narrad Insured ii abIT92:"_ j Ly a v,alca 'Insured cenBacP or rsprawnent to provide Insurance; Hox:aver, this coverage shail only apply vnth res, -x:l tc W411ity arising out of operallorts perfonned by or on beha:l of the r ,meal insured. Funher, Ih s sovar.ga :pa5 not eppty to damages arising out of the negligence ai the Addidon3l Insured Enllly. Each person or organtzalion shovm in Ike Schedule Is an insured' for Covered Autos llabllity Coverage, but erdy to the ex!enl that perccn or crgenlzation gve6lics as an insured" undor the Who Is An Insured provislon cuniained in Peragrapli A.1. cl 3scticrt If — Cove+ed Autos lizblilry Coverage In the 8uslness Auto and Moor Carrier Coverago Forms and P4mgrp1i D.Z. of Sest!on I — Covered Aures Coverages of tha Auto Da31era Coverage Form. ISO I Commercial Auto Forms POLICY NUMBER: COMMERCIAL AUTO 601 1417-E20-75 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED WAVIER OF TRANSFER OF RIGHTS OR RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided In the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 0512012019 Countersigned By: STATE FARM INSURANCE COMPANY Named Insured: CHARLES LOWELL DBA MOBILE DETAIL DOCTOR Authorized Representative) Name of persons) or CITY OF CARSON 701 E. CARSON ST. CARSON, CA 90745 (If no entryappears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY 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 POLICY NUMBER: 92 -EZ -8734-2 NAMED INSURED: CHARLES LOWELL DBA MOBILE DETAIL DOCTOR NAME AND ADDRESS OF THE PERSON OR ORGANIZATION: CITY OF CARSON 701 E CARSON ST. CARSON, CA 90745 This endorsement changes the policy to which It is attached and is effective on the date issued unless otherwise staled. (The information below is required only when this endorsement is issued subsequent to preparation of the policy) Endorsement Effective Policy No. 92 -EZ -13734-2 Endorsement No. Insured: 448 CHARLES LOWELL OBA Countersigned by; _ MOBILE DETAIL DOCTOR Effective Dale: 0912012019 Insurance company: STATE FARM INSURANCE