Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A6910 - LLOYDS PEST CONTROL - CITYWIDE PEST CONTROL SERVICES
City of Palm Springs Department of Maintenance and Facilillres 425 North Civic Drive, palm Springs, California =62 Tel: (764) 323 8167 • www.r)almsoringsea.gov September 11, 2019 Lloyd Pest Control Company, Inc. James Ogle III, President 1331 Morena Blvd., Suite 300 San Diego, CA 92110 Re: Extension Letter per Agreement No. A6910 for Pest Extermination and Control service related to City Facilities. Dear Mr. Ogle, On November 3, 2016, the City of Palm Springs and Lloyd Pest Control Company, Inc., entered into Contract Services Agreement 6910 (A6910) for Pest Extermination and Control for various City buildings/ facilities. The initial term of A6910 commenced on November 3, 2016, and continuing through November 2, 2019, with two one-year optional renewals, upon mutual consent of both parties. The City of Palm Springs would like to offer and exercise the first of the two one-year optional renewals, with the Consumer Price Index increase of 3.3%; increasing the annual rate from $19,116.00 to $19,747.00. 3.4 Term. Unless earlier terminated under this Agreement, this agreement shall commence upon the effective date of this Agreement and continue in full force and effective until completion of the Services. However, the term shall not exceed three (3) years from the commencement date, except as otherwise provided in the Schedule of Performance described in Section 3.2 above. Any extension must be through mutual written agreement of the Parties. In accordance with Exhibit "D" Schedule of Compensation, year 4 and 5 of the Agreement is subject to a price adjustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LA/Riverside/Anaheim region for the prior 12 month period. Should you desire such price adjustment, please include that request in your response, along with updated certificate(s) of insurance, and endorsement, as required in Agreement 6910. City of Palm Springs Department of Maintenance and Facilities 425 North Civic Drive, Palm Springs, California 92262 Tel, (760) 323.8167 • www.palmsr)ringsca.gov Except as expressly provided herein, all terms and conditions of the Agreement shall remain in full force and effect by and between the parties. Please execute and return to the City, identifying your mutual agreement in exercising the first one-year optional agreement. If you have any questions, I can be reached by phone at 760-323-8170 or via email at Staci_Sch_afer@palmspringscagov. Respectfully, Staci Schafer Direct r of Maintenance and Facilities Date: Date: Price Adjustment for year 4: Lor _ Yes No Attachments: 1. Page 5 of A6910 2. Page 43 of A6910 By: "CONTRACTOR" Lloyd Pest Control Company, Ina. Ogle , President City Manager such delay is justified. The City Manager'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 mmody being extension of the Agreement unda this section. 3.4 JLm Unless earlier terminated under this Agreement, this Agreement shall continence upon the effective date of this Agreement and continue in tldl force and affect until completion of the Services. However, the term shall not exceed three (3) years from the commencement date, except as otherwise provided in the Schedule of Performance described in Section 3.2 above. Any extension must be through mutual written agreement of the Patties. M Imminrt City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Contractor thirty (30) days written notice. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and genera] welfare, the period of notice shall be such shorter time as may be determined by the City. Upon such notice, City shall pay Contractor for Services performed through the date of termination. Upon receipt of such notice, Contractor shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Contractor shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Contractor shalt submit to the City an invoice for work and services performed prior to the date of termination. Contractor may terminate this Agreement, with or without cause, upon sixty (60) days written notice to the City, except that where termination is due to material default by the City, the period of notice may be such shorter time as the Contractor may determine_ 4. GOORDINATIOIY OR WORK 4.1 atrtir The following principal of Contractor is designated as being the principal and representative of Contractor authorized to act in its behalf and make all decisions with respect to the Services to be performed under this Agreement: Howard Jacobs, Account Manager. It is expressly understood that the experience, knowledge, educadcm. capability, expertise, and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principal shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services performed hereunder. The foregoing principal may not be changed by Contractor without prior written approval of the Contract Officer. 4.2 CMftW Offlew. Tim Contract Officer shall be the City Manager or his/her designee ("Contract Officer"'). Contractor stall be responsible for keeping the Contract Officer fully informed of the progress of the perfomrance of the services. Contractor shall refer any decisions that must be made by City to the Contract Officer. Unless otherwise specified, any approval of City shall mean the approval of the Contract Officer. 43 tr tL The experience, knowledge, capability, expertise, and reputation of Contractor, its principals and employees, were a substantial inducement for City to enter into this Agreement. Therefore, Contractor shall 5 Revised: $15/16 INVITATION FOR BID JIF13)117-01 CITY WIDE PEST CONTROL BID PRICING Responding to Invitation for Bids No.17-01 for Pest Cvntml Services for City facilities, the undersigned bidder proposes and agrees to provide the services and work In accordance with OW speciftetions. IIWE PROPOSE AND AGREE to furnish all labor, equipment, materials, supervision and service necessary to oomptete said Work In accordance with the Specifications of the City of Palm Springs and will accept as full payment thwakwe. the following unit cost amounts. The City of Palm Springs will not accept any additional charges, fees, etc. that are not atready Included or incorporated In the below unit coats. I < <` i ►Ill., 1:1 L.� ! r,...►li= a - � likZ1,11 3i , - For the Initial three (3) years of the Agreement term, the Unit Pricing shall remain fhced. For optional years 4 and 5, Contractor may request a price adJustment not to exceed the Bureau of Labor Statistic's Consumer Price Index (CPI) for the LAIRlversidefAnsheim region for the prior 12 month period effective on the annWersary date. Optional renewal years 4 and 5, and any associated CPI increase, are at the mutual consent of the City and the Contractor. THESE LOCAMNS ARE SERVICED (1) ONCE PER MONTH Fire Dept. Training Ctr. Palm Springs 8tedium Barlsto Practice Field Leisure Center C Hall Fire Station S1 Fire Station 02 ADDRESS WW E. Ale o Road 1901 E. Baristo Road 1901 E. Baristo Road 401 S. Pavilion Wri 3200 E. Tahquitz Canyon Way 277 N. Indian 300 N. El Ckflo Road SQUARE FEET 1.410 18 606 4so 18155 48.183 5364 19 5i 9 $ COST/ MONTH $ $ $ $ $ 3 Fire Station $3 590 E. 1 Club Road 6.266 $ Fire Station 04 1300 La Yam Way 5 380 $ Fire Station 05 5800 Bolero Road 3 764 Belay ParkM Structure Censer of Belardo 6 Tahciutz 12 88B J.C. Frey BuMno 1711 E. Baristo Road 3.617 ► Poilce 13e 200 S. M& OrNe 63.660 $ PavOfon 403 S. Pavilion WEy 20 200 J.O.J.D.H. Unfty Center 480 Tramview Road 13 373 $ Wm Centet 405 G. Crlrrltoa g 0#g 5 Visitor`s Csnterl Entry Slan 2901 N. Pakn Omnyon 2,781 $ BUILDINGS�L E Palm Canyon Drive 4 buildings Comte white house 223 Palm Drive 940 $ Culool Museum 221 Palm Camyon Drive 3 310 $ F e Can Sho 211 Palen Canyon Drhm 2.05 Jim RuWs General Stone 19 Patin Cars n Driwe 916 UbM 300 S. 9unfte Way 34 $ CRY CorparMa Yard 425 N. Chft Drive 44.782 $ Cogen Muni Plant 205 N. El Cielo 2116 3 Sunrise Plant 403 S. Pavilion W 1 702 Palm S Skate Park 403 S. PwAlon 30.000 40 43 AMENDMENT #1 TO CONTRACT SERVICES AGREEMENT NO. 6910 WITH LLOYD PEST CONTROL COMPANY, INC. FOR PEST EXTERMINATION AND CONTROL SERVICES This Amendment No. 1 to the Contract Services Agreement (A6910), Amendment No. 1"), is made and entered into this 1^^ day of I , 2019, by and between the City of Palm Springs, a California charter city and municipal corporation, hereinafter designated as the City, and Lloyd Pest Control Company, Inc., a California corporation, hereinafter designated as the Contractor. RECITALS A. City and Contractor entered into that certain Agreement No. 6910 for Pest Extermination and Control services related to City Facilities, ("Services"). B. City requests Contractor to provide additional services for the Services related to. Palm Springs Animal Shelter, PSUSD Head Start Building Riverside County Fire House and USO Building. C. Contractor has submitted to City a proposal to provide additional Pest Extermination and control Services related to Palm Springs Animal Shelter, PSUSD Head Start Building, Riverside County Fire House and USO Building under the terms of this Amendment No. 1. D. The parties wish to enter into this Amendment No. 1 to proceed with the additional professional services related to Palm Springs Animal Shelter, PSUSD Head Start Building, Riverside County Fire House and USO Building for Pest Extermination and Control Services. NOW, THEREFORE, in consideration of these promises and mutual obligations, covenants, and conditions, the Parties agree as follows: AGREEMENT SECTION 1. The true and correct recitals above are incorporated by this reference herein as the basis for this First Amendment. SECTION 2. Section 2.1 "Maximum Contract Amount" The Maximum Contract Amount is hereby amended as follows: Compensation shall not exceed the maximum contract amount of Fifty Seven Thousand Three Hundred Forty Eight dollars ($57,348), ("Maximum Contract Amount"), for initial three year term for routine pest control fixed services, except as may be provided under Section 1.8. SECTION 3. Exhibit "A" "Scope of Work" is hereby amended to incorporating the ORIGINAL BID AND/OR AGREEMENT following additional City Facilities, to be serviced once per month. Palm Springs Animal Shelter PSUSD Head Start Building Riverside County Fire House USO Building SECTION 4. Exhibit "D" "Schedule of Compensation" is hereby revised by incorporating the following itemized list of fees in Exhibit "D" "Schedule of Compensation" with the following, included here within as Attachment 1. LOCATION ADDRESS MONTHLY ANNUALLY Palm Springs Animal Shelter 4575 E Mesquite Ave.$265 $3,180 PSUSD Head Start Building 480 W Tramview Road $36 $432 Riverside County Fire House 63775 Dillon Road $39 $468 USO Building 210 N El Cello Road $43 $516 Amendment 1 $383 $4596 SECTION 5. Exhibit "E" "Schedule of Performance" is hereby revised to include Palm Springs Animal Shelter, PSUSD Head Start Building, Riverside County Fire House and USO Building for Pest Extermination and Control Services, as itemized in Exhibit E" Schedule of Performance", included herewith as Attachment 2. SECTION 6. Section 5.5 Verification of Coverage is hereby amended to incorporate the following: Contractor has requested its insurer to modify its insurance endorsement cancellation provisions to delete any exculpatory wording and wording stating, in effect, that failure of the insurer to mail written notice of cancellation imposes no obligation on insurer. Contractor's insurer has refused to modify such language or guarantee that insured and the City, as additional insured, will be timely notified of any cancellation of Contractor's insurance required under this Agreement. Therefore, Contractor now agrees that should any insurance policies under this Agreement be cancelled before the expiration date for any reason, Contractor shall immediately notify the City, as named additional insured, of the policy cancellation. Failure of Contractor to immediately notify the City of the cancellation of any required insurance by the issuing company shall be considered a material breach and default of this Agreement and all services provided by Contractor shall cease until such time as evidence of sufficient and comparable replacement insurance naming the City as an additional insured is provided to the City as a cure. SECTION 7. Section 9.2 Conflict of Interest. Is hereby revised in its entirety to read: Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Contractor enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. SECTION 8. Section 9.3 Covenant Against Discrimination is hereby revised in its entirety to read: In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. Agreement Number: 6910 Original City Council Approval: Original Contract Amount: Pest Extermination and Control Services October 5, 2016 14,520.00 Amendment #1 Annual Costs: Total Annual Increase/Decrease Total Annual Contract Amount 4,596.00 19,116.00 Maximum Contract Amount Initial Three Year Term) 57,348.00 SECTION 9. Full Force and Effect. All terms, conditions, and provisions of the Contract Services Agreement 6910, unless specifically modified herein, shall continue in full force and effect. In the event of any conflict or inconsistency between the provisions of this Amendment No. 1 and any provisions of the Contract Services Agreement 6910, the provisions of this Amendment No. 1 shall in all respects govern and control. SECTION 10. The persons executing this Amendment No. 1 on behalf of the Parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment No. 1 on behalf of said party, (iii) by so executing this Amendment No. 1, such party is formally bound to the provisions of this Amendment No. 1, and (iv) the entering into this Amendment No. 1 does not violate any provision of any other agreement to which said Party is bound. SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the Parties have executed this Amendment No. 1 as of the dates stated below. CITY" City of Palm Springs Date: APPROVED AS TO FORM: Byi^ David H. Ready, City MarfSger A ATTEST: Cilwdid Z. [i^Olklll, eity Attorney(IkvljriiM) APPRoyF.D BY r.ny m«mager By: Anthony SMejia, MMC, City Clerk CONTRACTOR" Lloyd Pest Control Company, Inc. Signatur Date:an By: James Ogle I] S^pature Check one: Individual Partnership ^Corporation Thomas Ball, CEO Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 A notar; or oiner office complQing tn s conificatG vorrles ony riG identity of the rndiv.'dua! who oigrG-o ine dooumftnt to which :h o can ficatG ;0 attacned. and rot thG truirrumeso, accuraov. c vahdi?.' of that docurrGri. State of California Gounby of S <Un JSi T'r^.La /-v+ On O'ly ^ . before me. Date ' ^ Here Insert Name and Title of the CMder personally aopeored Nameis) of Signer(si who proved to me on the basis of satisfactO'"y evider^ce to be the persof^spwhose nametsyis^are. Gubscri^d to the within instnjnwit and acknowledged^iipme that he.'Ghe^rie^>executed the same in his/nerfheiPauthprized capaci^^H^iPind that by his/he/'-thej^ignatu'^eis) on mTTrTstrument the perscn(s}. or the entity upon behalf of which the persq^^(BpQCted. 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. DZHYPARKULAKMATOVA I COMM. U 2099874 g NOTARY PUBLIC-CALIFORNIA z SAN DIEGO COUNTY T My Comm. Exp. February 12,2019 I VViTNESS my hand and official seai Signature. Signature of Notary' Public f^ace Notar\' Sea! Above OPTIONAL Though this section is optional, completing this infornxition can deter alteration of the documient or fraudulent reattachment of this fomi to an un.'.nfe.oded document. Description of Attached Document Title or Type of Document:Document Date: Number of Pages: Signerisi Other Tnan Named Above: Capocity{ies) Claimed by Signer{j Signer's Name:Signer's Na.me Corporate Officer — T!tle(s): Partner — Limited General individual Attorney in Fact Trustee Guardian or Conservator Other Signer Is Representing: Corporate Officer — TitleiS): Partner — Limited General Individual Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: t,:j Tj-J T,-'' ! v'2014 National Notary Association • v/vr.v.\3tior.a!f'Jo!ary.O'g • 1-800-US NOTARY (1-&jC-87G-€827! Iten* #590' ACORCf CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYVY) 3/21/2019 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 poiicy(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 Arthur J. Gallagher Risk Management Services, Inc. Park 7 12750 Merit Drive, Suite 1000 Dallas TX 75251 PESTSURE CERTIFICATES rA/c.^No. E«t»: 800-326-6203 no»: 972-663-6258 ADDRESS: PESTSURECERTS@AJG.COM NSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Old Republlc Insurance Company 24147 INSURED THE LLOYD PEST CONTROL CO. 1331 MORENA BLVD.. SUITE 300 SAN DIEGO, CA 92110 INSURER B: XL insurancs America, Inc.24554 INSURER C : INSURER D; INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 882125174 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 ADDL IN^P SUBR YWP POLICY NUMBER POLICY EPF IMM/DD/YYYYl POLICY EXP IMM/DD/YYYYl LIMITS A X COMMERCIAL GE NERAL LIABILITY E 1 X 1 OCCUR Y Y MWZY311376-19 1/1/2019 1/1/2020 EACH OCCURRENCE S 2,000,000 CLAIMS-MAC DAMAGE TO RENTED PREMISES (Ea occurrence)$100,000 MED EXP (Any one person)S 5,000 PERSONAL & ADV INJURY S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE S 4,000,000 X POLICY 1 JECT LOC OTHER: PRODUCTS - COMP/OP AGG S 4,000,000 A AUTOMOBILE LIABILITY MWTB311377-19 1/1/2019 1/1/2020 COMBINED SINGLE LIMIT Ea accident) S 2,000,000 X ANY AUTO HEDULED TOS N-OWNED TOS ONLY BODILY INJURY (Per person)s X OWNED AUTOS ONLY HIRED AUTOS ONLY SC Al BODILY INJURY (Per accident)s X X NC Al PROPERTY DAMAGE Per accident) s s 8 X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE US000646S4LI19A 1/1/2019 1/1/2020 EACH OCCURRENCE $ 1,000,000 AGGREGATE S 1,000,000 DED 1^ RETENTIONS in nnn s A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y, ^ ANYPROPRIETOR/PARTNER/EXECUTIVE 1 1 OFFICER/MEMBEREXCLUDED? Mandatory in NH) ' ' If yes. describe under DESCRIPTION OF OPERATIONS below N/A Y MWC311375-19 1/1/2019 1/1/2020 Y PER 1 OTH- STATUTE 1 ER E.L. EACH ACCIDENT 31,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) ALL LOCATIONS AND OPERATIONS. ADDITIONAL INSURED COVERAGE IS PROVIDED BY FORM #CG 2010 (04-13). The City of Palm Springs, its officials, employees, and agents are Named as Additional insured. Insurance is Primary and Non-Contributory. Waiver of Subrogation applies in favor of the Additional insured. 30 Days Notice of Cancellation (10 Days for Non-Payment of premium). CERTIFICATE HOLDER CANCELLATION The City of Palm Springs Attn: Leigh Gileno 3200 E. Tahquitz Canyon Way Palm Springs CA 92262 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESEN1ATIVE ACORD 25 (2016/03) 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: MVVZY311376-19 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 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 Organlzatlon(s)Locatlon(s) Of Covered Operations All persons or organizations as required by contract or agreement. All locations. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 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" occumng after: 1. All work, including materials, parts or equipment fumished 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 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the Insurance afforded to these 2. Available under the applicable Limits of additional insureds. the following is added to Insurance shown in the Declarations- Section III - Limits Of Insurance: whichever is less. If coverage provided to the additional insured is Thie ¨ *u required by a contract or agreement, the most we MmTf L i increase the will pay on behalf of the additional insured is the one Insurance shown in the amount of insurance: ueciarations. 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 0413 POLICY NUMBER: MWZy311376-19 COMMERCIAL GENERAL LIABILITY CG 24040509 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or organizations as required by contract or agreement. 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 we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work" done under a 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 above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA This endorsement changes the policy to which it is attached effective on inception date of the policy unless a different date is indicated below. The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective 12:01 AM 3/21/2019 forms a part of Policy No. MWC311375-19 Issued to: THE LLOYD PEST CONTROL CO. 1331 MORENA BLVD., SUITE 300 By: Old Republic Insurance Company Premium: INCL 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). You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 5% of the Califomia workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization The City of Palm Springs Attn: Leigh Gileno 3200 E. Tahquitz Canyon Way Palm Springs CA 92262 The sentence in parenthesis above does not apply Job Description WC 04 03 06 Countersigned by Ed. 4-84) Authorized Representative