Loading...
HomeMy WebLinkAboutCC Resolution 13151 (Management & Administrative Services)RESOLUTION NO. 13151 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH JANET PENDOLEY TO PROVIDE MANAGEMENT AND ADMINISTRATIVE SERVICES FOR THE FINANCE DEPARTMENT COMMENCING MAY 21ST, 2011 THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: The CITY MANAGER and CITY CLERK are authorized to execute, on behalf of the City of San Rafael, an agreement with Janet Pendoley to provide Finance Director services, a copy of which is hereby attached and by this reference made a part hereof. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, the 16th day of May, 2011 by the following vote, to wit: AYES: COUNCILMEMBERS: Brockbank, Connolly, Heller, Levine & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None C • 4'P -4-e--< . ESTHER C. BEIRNE, City Clerk AGREEMENT BETWEEN THE CITY OF SAN RAFAEL AND JANET PENDOLEY TO PROVIDE MANAGEMENT AND ADMINISTRATIVE SERVICES AS AN INTERIM FINANCE DIRECTOR �1 This Agreement is made and entered into this May of May, 2011, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Janet Pendoley (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY desires to employ the services of a CONTRACTOR to provide services as an interim Finance Director, as set forth herein; and WHEREAS, CONTRACTOR has the training, education and experience as a Finance Director, and WHEREAS, CONTRACTOR is willing to provide said finance services to CITY pursuant to the terms and conditions expressed herein; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION. A CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The City Manager, Nancy Mackle is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR Janet Pendoley is hereby designated as the PROJECT DIRECTOR for CONTRACTOR 2. DUTIES OF CONTRACTOR- CONTRACTOR ONTRACTOR CONTRACTOR shall perform the duties and responsibilities, and provide the services, as described in the Job Class Description for Finance Director, attached hereto as Exhibit "A" and incorporated herein. 3. DUTIES OF CITY. CITY shall compensate CONTRACTOR as provided in Paragraph 4. Version 2-15-11 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR at a rate of $120 per hour, inclusive of expenses, in a total amount not to exceed $66,000. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR 5. TERM OF AGREEMENT. The term of this Agreement shall commence upon May 21st, 2011 and shall run through August 31 st, 2011. 6. TERNVIINATION. A Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOWs documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CTTY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 2 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million $1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by section 10. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution. 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractual liability and personal injury. 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 4. CONTRACTOR shall provide to City's Risk Manager, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents, employees, and volunteers, as additional named insureds under the policies. 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon ten (10) days written notice to City's Risk Manager. 19 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOWs officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOWs insurance policies must be declared to and approved by the City's Risk Manager and the City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 11. INDEM1*4 KATION. A. Except as provided in Paragraph B., CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOWs officers, agents and employees in the performance of their duties and obligations under this Agreement. B. Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be performed by a design professional as that term is defined under Civil Code Section 2782.8, CONTRACTOR shall, to the fullest extent permitted by law, indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees, that arises out of, pertains to, or relates to the negligence, recklessness, or willful misconduct of CONTRACTOR in the performance of its duties and obligations under this Agreement. 12. NONDISCRUYUNATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. M CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: Nancy Mackle Project Manager City of San Rafael 1400 Fifth Ave. (P.O. Box 151560) San Rafael, CA 94915-1560 TO CONTRACTOR: Janet Pendoley Project Director 31 Tan Oak Circle San Rafael, CA 94903 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS. A The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY [.7 business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL NANCY M.&KLE, City Manager ATTEST: ESTHER C. BEIRNE, City Clerk APPROVED AS TO FORM: ROBERT F. EPSTEIN, City Attorney N CONTRACTOR By: Printed Ni �Janet WPendoley EXHIBIT A City of San Rafael Job Class Specification Job Title: Finance Director ��t1Ji I J1 /_1:�'A Under general administrative direction, manages and oversees the activities and operations of the Finance Department including financial reporting, general accounting, payroll, budget preparation, treasury function, debt administration, revenue management, business licensing and purchasing; to coordinate assigned activities with other City departments and outside agencies; and to provide highly responsible and complex administrative support to the City Manager. DISTINGUISHING CHARACTERISTICS: This is an exempt, executive level position in the Finance Department. Administrative direction is provided by the City Manager; responsibilities include the direct supervision over professional, management, technical and administrative support personnel. ESSENTIAL DUTIES AND RESPONSIBILITIES include the following. This list is meant to be representative, not exhaustive; other related duties may also be assigned: • Assume full management responsibility for all Finance Department services and activities including financial reporting, general accounting, pay roll, budget,preparation, debt administration, treasury function, revenue management, business licensing and purchasing. • Manage the development and implementation of Finance Department goals, objectives, policies, and priorities for each assigned serve area; establish, within City policy, appropriate service and staffing levels; allocate resources accordingly. • Continuously monitor and evaluate the efficiency and effectiveness of service delivery methods and procedures; assess and monitor workload, administrative and support systems, and internal reporting relationships; identify opportunities for improvement; direct the implementation of changes. • Oversee the annual f iscal year audit and participate in the re view of the results of the annual audit with external auditors. • Represent the Finance Department to other City departments, elected officials, and outside agencies; explain and interpret Finance Department programs, policies, and activities; negotiate and resolve sensitive, significant, and controversial issues. • Select, train, motivate, and evaluate Finance Department personnel; provide or coordinate staff training; work with employees to correct deficiencies and motivate staff to excel. • Plan, direct, and coordinate the Finance Department's work plan; meet with management staff to identify and resolve problems; assign projects and programmatic areas of responsibility; review and evaluate work methods and procedures. • Manage and participate in the development and administration of the Finance Department and City budgets; direct the forecast of additional funds needed for staffing, equipment, materials, and supplies; direct the monitoring of and approve expenditures; direct the preparation of and implement budgetary adjustments as necessary. • Coordinate Finance Department activities with those of other departments and outside agencies and organizations. • Communicate clearly and concisely, both orally and in writing. • Establish, maintain, and foster positive and harmonious working relationships with those contacted in the course of work. EDUCATION AND/OR EXPERIENCE: Any combination of experience and education th at would likely provide the required knowledge and abilities. A typical way to obtain the knowledge and abilities would be: Education — Equivalent to a Bachelor's degree from an accredited college or university with major course work in directly related fields such as business administration, finance, accounting or public administration. A Master's degree is desirable. Experience — Seven years of responsible accounting experience inc luding two years of management and supervisory experience. License or Certificate — Possession of a valid California driver's license and a satisfactory driving record. Possession of a CPA is desirable. PHYSICAL DEMANDS: The physical demands described here are representative of those that must be met by an employee to successfully perform the essential functions of this job. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential functions. While performing the duties of this job, the employee is regularly required to sit; use hands to finger, handle, or feel; reach with hands and arms; and talk or hear. The employee is occasionally required to stand and walk. The employee must frequently lift and/or move up to 10 pounds and occasionally lift and/or move up to 25 pounds. Specific vision abilities required by this job include close vision, distance vision, color vision, peripheral vision, depth perception, and ability to adjust focus. WORK ENVIRONMENT: The work environment characteristics described here are representative of those an employee encounters while performing the essential functions of this job. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential functions. While performing the duties of this job, the employee regularly works in in -door conditions and regularly works near video display. The employee is occasionally expected to use a vehicle to travel to different work sites and locations. The employee may work in the evenings or on weekends. The noise level in the work environment is that of an office environment. FLSA designation: Executive exempt Prepared by: Human Resources Prepared date: August 2006 WAManagement Services- WorkFileWR- WorkFile\Human ResourcesUob Specs_most current\Word DodsTinance Director.doc Page 3 of 3 WMP DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE R054 105-12-2011 THIS CERTIFICATEIS 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 ADDITIONALINSURED, the policy(ies) must be endorsed. If SUBROGATIONIS 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 NAAE: I MCNAMARA INSURANCE SVCS INC/PHS PH 110567 P• (866)467-8730 F• (877)905-0457 �°,"°'" (866)467-8730 aC,No): (877)905-045i' ADDRESS: PO BOX 33015 PRODUCER SAN ANTONIO TX 78265 CUSTOMER ID N: INSURERI51 AFFORDING COVERAGE I NAIC / fNSLIRED INSURER A : Sentinel Ins CO LTD INSURER e JANET PENDOLEY JMP CONSULTING INSURER c 31 TAN OAK C IR INSURER D: SAN RAFAEL CA 94903 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Am_.... TYPE OF INSIR RACE -gA't-laaffftPOLICY NIMBER ! �A//QWY rilrumyE'yr LOM ' GL7YERAL lIABR/rY I EACH OCCURRENCE 8 1,000,000 UAIuwGE 1UHMILu 1 000 000 COMMERCIAL GENERAL LIABILITY A ] CLAIMS -MADE EXI OCCUR X General Liab GEN% AGGRTE�T LIMIT A��P""PLI�LIIE�ES PER: PRO- l tiJ LOC ..........m.. --.POLICY AUTDMOBAE LL4BKflY g� PREMISES Me occurrence) $ r , ` MED EXP (Any one person) $ 10,000 X 57 SBM BA0495 05/10/2011 05/10/2012 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG s2,000,000 A g _ U—WLLA UAB OCCUR EXCESSLIAO CLAIMS -MADE DEDUCTIBLE RETENTION s WORIIERs OOMPENSAAON AND EMPLOYERS' LLABB!/Y Y I N ANY PROPRIEFORIPARTNERIEXECUTI N/A OFFICEAIMEMBEREXCLUDED? IMrdeerry b AW If yes, describe under DESCRIPTION OF OPERATIONS below COMBINED SINGLE LIMIT Me socldent) $1,000,000 BODILY INJURY (Per person) 8 BODILY INJURY (Per accident) 8 PROPERTY DAMAGE s 57 SBM BA049 05/10/2011 05/10/2012 (Por accident) i � o a LEACH OCCURRENCE ANY AUTO AGGREGATE ALL. OWNED AUTOS SCHEDULED AUTOS A X HIRED AUTOS X NON -OWNED AUTOS g� PREMISES Me occurrence) $ r , ` MED EXP (Any one person) $ 10,000 X 57 SBM BA0495 05/10/2011 05/10/2012 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG s2,000,000 A g _ U—WLLA UAB OCCUR EXCESSLIAO CLAIMS -MADE DEDUCTIBLE RETENTION s WORIIERs OOMPENSAAON AND EMPLOYERS' LLABB!/Y Y I N ANY PROPRIEFORIPARTNERIEXECUTI N/A OFFICEAIMEMBEREXCLUDED? IMrdeerry b AW If yes, describe under DESCRIPTION OF OPERATIONS below COMBINED SINGLE LIMIT Me socldent) $1,000,000 BODILY INJURY (Per person) 8 BODILY INJURY (Per accident) 8 PROPERTY DAMAGE s 57 SBM BA049 05/10/2011 05/10/2012 (Por accident) i � o a LEACH OCCURRENCE AGGREGATE 6 4 WC STATU OTH- TORY LIMITS I I ER I E.L EACH ACCIDENT s E.L. DISEASE - EA EMPLOYEE s I E.L DISEASE - POLICY LIMIT s DESCAV770V OF OPERATIONS/ LOGIT flDA1S /VEHICLES fAfa eb ACORO 101, AddLtsnel Remark+ ScImcl r6, Rmme apses h mepaied/ Those usual to the Insured's Operations. City of San Rafael, it officers, agents, employees, and volunteers are named as Additional Insured, per the Business Liability Coverage Form SS0008, attached to this policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE City of Sari Rafael DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. PO BOX 151560 AUL74oRUW REPRESEIYTATM SAN RAFAEL, CA 94915 lar— 0 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD Confirmatic,., of Liabilitv Coveracte CSAA Members Car Policy California State AutomnhilP Association Inter -Insurance Bureau PO Box 22221, Oakland,CA 94623-2221 AUTO POLICY NUMBER E879142 NAME AND ADDRESS I EFFECTIVE DATE 10/31/2010 (EXPIRATION DATE II 10/31/2011 PENDOLEY,JANET M,ROBERT 31 TAN OAK CIR. SAN ARFAEL, CA 94947 ® Additional insured for Bodily Injury and Property Damage is: CITY OF SAN RAFAEL,PO BOX 151560, SAN RAFAEL,CA 94915-1560 which, subject to all terms and conditions of the CSAA Members Car Policy, shall have those rights of coverage and defense granted to organizations by subpart (3) of the section entitled "Additional Definition Used in this Part Only" under Part 1 -Liability, but only while a vehicle described in the declarations, forming part of the policy, is being operated by the named insured in the course and scope of the business. ❑ The Bureau will give 10 days Notice of Cancellation for non-payment of premium, 20 days notice of Cancellation for any other reason or lapse of policy to: ® Coverages are extended to: CITY OF SAN RAFAEL which, subject to all terms and conditions of the CSAA Members Car Policy, shall have those rights of coverage and defense granted to organizations by subpart (3) of the section entitled "Additional Definition Used in this Part Only" under Part 1 -Liability. Named Insured: JANET M PENDOLEY/ROBERT J The policy of automobile insurance includes the coverages and limits of liability as shown below. The policy will expire on the date shown unless canceled by the Insured or by the Bureau prior thereto. DESCRIPTION OF AUTOMOBILE(S) MAKE YEAR VIN TOYO 1998 4TAVL52N4WZ079689 LEXUS 2004 JTJGA31U140003491 INFIN 2003 JNKCV54E44M828549 PREPARED BY C. ABEL T1211C0399 LIABILITY COVERAGES BODILY INJURY LIABILITY PROPERTY DAMAGE LIMITS OF LIABILITY Each Person/Each Occurrence $1 million/$1 million DISTRICT OFFICE SAN RAFAEL LIMIT Each Occurrence $50,000 (DATE 5/9/2011