Loading...
HomeMy WebLinkAboutCC Resolution 11822 (Performance Building System)RESOLUTION NO. 11822 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO SIGN A PROFESSIONAL SERVICES AGREEMENT WITH DAN BAY FOR A PERFORMANCE BUILDING SYSTEM MANAGEMENT PLAN FOR THE FIRE DEPARTMENT IN AN AMOUNT NOT TO EXCEED $29,250.00 (ONE -YEAR TERM FROM 8/1/05 AND ENDING ON 7/31/06) BE IT RESOLVED by the Council of the City of San Rafael as follows: WHEREAS, The Fire Department functions with four divisions, three 24-hour shifts, resulting in 18 work groups, as well as Administrative, Training, and Fire Prevention divisions; and WHEREAS, the decentralized design leaves room for communication and issue solving voids with negative outcomes such as: poor competence, low productivity, low moral, and poor labor relations; and WHEREAS, there is a substantial need to improve the quality of communications between the personnel within and between the groups, supervisors, managers, and between divisions with positive outcome, more accountability for compliance, team functionality, conflict resolution; and WHEREAS, Dan Bay has submitted a proposal for the Performance Building System management plan in an amount not to exceed $29,250.00. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael that the City Manager is hereby authorized to sign a professional services agreement with Dan Bay for the Performance Building System in an amount not to exceed $29,250.00. 1) I, JEANNE M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a reg lar meeting of the City Council of said City held on Monday, the 15th day of August, 2005, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Heller, Miller, Phillips and Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None JEAANE M. LEONCIlVI, City Clerk AGREEMENT This Agreement is made and entered into as of thel 5thday of AUGUST , 2005, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Dan Bay, an individual (hereinafter "CONTRACTOR"). I 014"A y WHEREAS, City requires the professional services of a contractor that is experienced in organizational development and performance management. WHEREAS, CONTRACTOR has the necessary experience in providing professional services and advice related to fire service organizations and municipal governments. WHEREAS, CONTRACTOR has submitted a proposal to City and has affirmed its willingness and ability to perform such work. 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 Fire Chief, 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. Dan Bay is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide services as set forth in Exhibit "A", Scope of Services. 3. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4, and provide logistical assistance to CONTRACTOR in order to accomplish project goals and activities. 4. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR $29,250 based on the completion of tasks as set forth in Exhibit "A". Payments will be made according to the schedule described in Exhibit "A", upon receipt by the PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The term of this Agreement shall be for one year commencing on August 1, 2005 and ending on July 31, 2006. Upon mutual agreement of the parties, and subject to the approval of the City Manager, the term of this Agreement may be extended for an additional period of up to one year. 6. TERMINATION. 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 CONTRACTOR's 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, except those already owned by CONTRACTOR and used in the delivery of services. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 2 1.. F.-111111 "11, D RC1 ► VAN 01 MEN 11 Upon reasonable notice, CONTRACTOR shall make available to CITY, 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. 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. A. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive 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 CONTRACTOWs 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. N 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 thirty (30) days written notice to City's Risk Manager. 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 CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's 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. INDEMNIFICATION. CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, agents, employees, and volunteers, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees and administrative costs, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR'S officers, agents and employees in the performance of their duties and obligations under this Agreement." 12. NONDISCRIMINATION. 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. 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: John Montenero, Fire Chief Project Manager City of San Rafael 1400 Fifth Ave. (P.O. Box 151560) San Rafael, CA 944915-1560 TO CONTRACTOR: Dan Bay, Project Director 65 Vallejo Way 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. 5 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 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 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 ROD GOULD, City Manager ATTEST: ANNE M. LEONCW, City Clerk Y T. RADGHIANTI, gi!Y Attorney 7 CONTRACTOR By: Name: DAN BAY 1> EXHIBIT "A" SCOPE OF SERVICES The following is a general list of what CONTRACTOR will do for City, including price, and schedule. The implementation tasks may be modified as the project progresses based on Department and City needs. Overview Enhance individual, team, operational, and interpersonal functions through implementation of a performance building system. In particular, install a team -based self-assessment approach that emphasizes continuous quality improvement. Design Objectives (1) Improve the ability of managers and supervisors to direct and monitor individual and team practices, critically analyze performance, and build and maintain a positive culture. (2) Strengthen the competency and confidence of managers and supervisors to recognize and take prompt, preventive action to address performance problem behaviors and to understand their impact on the individual, team, and organization. (3) Improve the approachability of managers and supervisors and strengthen their relationship with subordinate staff. (4) Reinforce positive, department -wide team -based performance behaviors. (5) Promote employee buy -in and encourage a supportive attitude within the Department's culture for effective performance systems, self -initiative, and related personal behaviors based on a set of best practices. (6) Enhance the leadership path for all personnel in operational and interpersonal areas, in particular supervisors. (7) Strengthen communication throughout all levels of the department, in particular between supervisors and subordinate personnel to foster more openness about issues that inhibit individual and team performance. (8) Modify departmental systems and practices to improve accountability, organizational discipline, and support desired performance behaviors. (9) Strengthen professional development initiatives by providing self -study exercises to line supervisors and personnel. (10) Communicate key messages and information to all employees to build understanding and support for the new system. The following defines the principal tasks to install the program in the department. Tasks are categorized under preparation, implementation, and follow-up/maintenance. They are not listed in order of importance or chronology. T Preparation Preparation is key to building a viable system. In particular, a broad range of employee input must be tapped to customize the model to reflect the individual, supervisory, and team best practices that will be a foundation for the new system. Principal Tasks: • Assess operational and interpersonal functions; define issues. Conduct limited interviews with leadership team, union representatives, and key employees. • Review relevant Department documents, e.g., strategic, operational, and training plans, personnel appraisal, and code of conduct. • Commence oral and written communications, e.g., memorandums, newsletters. • Designate Department personnel who will work with the project consultant to be developed as internal subject experts, and who may assume oversight responsibility for the administrative and technical maintenance of the program. Note: ideal qualities — strong subject interest, ability to lead, persistent, and persuasive. • Provide an orientation for key personnel, union leaders, and employee groups. • Prepare leadership team for implementation enabling members to rapidly incorporate elements of the WPB tools and processes into their personal styles and practices. Requires completion of initial orientation and feedback module outlined in implementation section, plus a second course and/or one-to-one tutoring on command level processes and tools, e.g., application of performance planner, triage, and risk analysis. • Review and customize assessment instrument and initial guidelines, define organizational process, and determine reporting requirements. • Explore the potential for integrating and/or linking the performance model with other organizational systems, e.g., appraisal, promotional, professional/of cer development, academy, and other training initiatives. • Finalize implementation strategy, plan, and training materials. Summary of Key Outcomes • Conduct limited assessment of operational and interpersonal functions; define issues • Draft and publish a series of communications • Provide an orientation for leadership team, key personnel and union leaders • Prepare leadership team for implementation • Explore the potential for integrating and/or linking the performance model with other organizational systems • Customize performance system tools and guidelines and finalize implementation plan (T- Implementation T Implementation Implementation activities involve two major activities: conducting feedback sessions for all employees and facilitation training and a walk through of the AIM exercise for supervisors and line personnel. The purpose of the feedback sessions is to provide an opportunity for input and validation of the proposed system, as well as identifying obstacles and solutions to current challenges. Principal Tasks: Conduct orientation and feedback sessions for all Department personnel to include the following... — present the purpose and rationale for the system — provide participants an understanding of how the system and related tools were developed (engage in five exercises) — collect input on ways to improve the process — present the tools and collect input on validity and use — have participants complete a case study simulating a workplace problem for the purpose of testing their application of the system; administer a survey to measure the perceived usefulness of the process; consultant will also be available for follow-up • Conduct select training, e.g., one-to-one coaching, at executive and command levels to support implementation and ongoing monitoring of the new system. • Design self -training exercise to be delivered in conjunction with the initial performance assessment. • Provide facilitation training, a final review of guidelines and related processes, and simulated assessment for all personnel prior to official launch. • Draft and distribute Guidelines for review by employees; finalize Guidelines. Summary of Key Outcomes • Conduct orientation and feedback sessions for all personnel • Provide select training, e.g., one-to-one coaching, at executive and command levels • Design self -training exercises • Provide facilitation training and conduct simulated assessment • Employees review draft Guidelines; finalize for implementation 3 Maintenance Maintenance activities are designed to provide continuity and technical support for the Department staff during the first and second years. Principal Tasks: • Assist Department personnel in monitoring initial implementation results, and provide post - implementation debriefs with managers and/or supervisors through the first and second years of operating the system. • Design additional self -training exercises to be delivered in conjunction with subsequent assessments through first year. • Determine additional support requirements. • Revise Guidelines as needed. Summary of Key Outcomes • Support Department personnel, in particular the leadership team, during initial implementation and ongoing application and management of the new system through first and second years • Design additional self -training exercises • Revise guidelines as needed Included documents, tools and processes • Guidelines • Assessment Instrument • Facilitation Guide • Performance Planners B Individual/Team (AIM Exercise) • Performance Planner B Battalion • Risk Analysis • Pre and Post Assessment Protocols • Intervention Protocol • Chief Officer's Implementation Guide • Sample Application Scenarios • Frequently Asked Questions • Self -study training Exercises Timetable It is anticipated that the three phases will span a period of ten to eleven months of FY 05-06. It is estimated that the preparation phase will be completed within 30 to 60 days from the start date. Similarly, it is anticipated that the implementation phase will be completed within the next 60 to 90 days, depending on the Department's training calendar. The maintenance phase will then commence, including two assessment exercises over the next 6 to 7 months. The following table illustrates the timetable for each phase. T Estimated Timetable Phase Period Preparation I 30 — 60 days Implementation 60 — 90 days Maintenance 6 — 7 months The following chart illustrates an approximate timeline for each phase during FY 05-06 based on an August/September start date. Phase Aug Sept Oct Nov Dec Jan Feb Mar Apr May June Prep Imp Main I I I I I Cost Contract cost for the FY 04-05 period is $29,250. The following table illustrates the cost for each phase. Billing for services will occur following completion of major tasks at the mid -point and end of each phase. Total billings will not exceed $29,250. FY 04-05 Cost Phase Cost Preparation I $8,200 Implementation 12,800 Maintenance 8,250 Total $29,250 5 P, y!Number DECLARATIONS PAGE AMENDED JUL 1 2005 9/ )Y-8259-1 STATE FARM GENERAL INSURANCE COMPANY 6400 STATE FARM DR, ROHNERT PARK CA 94926-0001 A STOCK COMPANY WITH HOME OFFICES IN BLOOMINGTON, ILLINOIS 02-2089-F150 T BUSINESS POLICY - SPECIAL FORM 3 Named Insured and Mailing Address BAY, DANIEL 65 VALLEJO WAY SAN RAFAEL CA 94903-2337 Cov A - Inflation Coverage Index: N/A Cov B - Consumer Price Index: 189.7 AUTOMATIC RENEWAL - If the POLICY PERIOD is shov.n as 12 MONTHS, this policy will be renewed automatically subject to the premiums, rules and forms in effect for each succeeding policy period If his policy is terminated, we will give you and the Mortgagee/Lienholder written notice in compliance wl h the policy provisions or as required by law. Policy Period: 12 Months The policy period begins and ends at 12:01 am standard time at the Effective Date: OCT 19 2004 premises location. Expiration Date: OCT 19 2005 Named Insured: Individual Location of Covered Premises: 65 VALLEJO WAY SAN RAFAEL CA 94903-2337 Coverages & Property Section I A Buildings B Business Personal Property C Loss of Income - 12 Months Section II L Business Liability M Medical Payments Products -Completed Operations (PCO) Aggregate General Aggregate (Other Than PCO) Forms, Options, and Endorsements Special Form 3 Amendatory Endorsement Tree Debris Removal Policy Endorsement Policy Endorsement -Business Glass Deductible - Section I Advertising Injury Excl Limits of Insurance Excluded $ 5,500 $ Actual Loss Your policy is amended JUL 1 2005 ADDL INSURED NAME & ADDRESS ADDED Occupancy: Uttice Deductibles - Section I 1,000,000 zz :oi o and t 5, 000 $ 1,000 Basic Excluded $ 2,000,000 In case of loss under this policy, the deductible will be applied to each occurrence and will be deducted from the amount of the loss. Other deductibles may apply - refer to policy. Endorsement Premium None FP -6143 FE -6205 Discounts Applied: FE -6451 Renewal Year FE -6506.2 Years in Business FE -6464 Claim Record VERDI INSURANCE AGENCY FE -6538.1 580 Califomia Street, 16th Floor FE -6345 San Francisco, CA 94104 415-283-3240 Fax 415-283-3340 Lic, 0493338 Dontinued on Reverse Side of Page OTHER LIMITS AND EXCLUSIONS MAY APPLY - REFER TO YOUR POLICY Prepared UL 19 2005 Countersigned P -8030.2C AAMO By 6/1993 JERRY VERDI CPCU our policy consists of this page, any endorsements (415) 283-3240 nd the policy form. PLEASE KEEP THESE TOGETHER. Agent (o1f2172b) Policy Number 97-QY-8259-1 BUSINESS POLICY - SPECIAL FORM 3 Forms,Options,and Endorsements Data Processin Prog Exclusion Products/Operationsbab Excl Personal Injury Exclusion Testing/Consulting E&O Excl Amendatory Collapse Terrorism Insurance Cov Notice Additional Insured IMPORTANT NOTICE: CONTINUED FROM FRONT SIDE FE -6313.1 FE -6312 FE -6346 FE -6510 FE -6551 FE -6999 FE -6320 California law requires us to provide you with information for filing complaints with the State Insurance Department regarding the coverage and service provided under this policy. Complaints should be filed only after you and State Farm or your agent or other company representative have failed to reach a satisfactory agreement on a problem. Please forward such complaints to: 'repared UL 19 2005 California Department of Insurance Consumer Services Division 300 South Spring Street Los Angeles, CA 90013 Or call toll free: 1 -500 -927 -HELP 2 (o1f2176c) (o1f2175a) SM Policy No. 97-QY-8259-1 FE -6320 (7/66) ADDITIONAL INSURED ENDORSEMENT =_• DESIGNATED PREMISES ONLY IN3Yl�NC� m Policy NO.: 97-QY-8259-1 Named Insured: BAY, DANIEL Name of Additional Insured: THE CITY OF SAN RAFAEL ITS OFFICERS & EMPLOYEES Address of Additional Insured: PO BOX 15156 SAN RAFAEL CA 94915 Interest of Additional Insured: CONTRACT FOR SERVICES Location of Premises: LOCATION PER CONTRACT The word "insured", wherever used in this policy, also includes the designated person or organization named above as Additional Insured under the provisions of the policy Sections shown below as applicable by an "X" to the extent indicated. ❑ SECTION I. This applies only to COVERAGE A - BUILDINGS. ❑ SECTION I. This applies only to COVERAGE B - BUSINESS PERSONAL PROPERTY. Description of Property: ❑X SECTION If. This applies only to COVERAGE L - BUSINESS LIABILITY and COVERAGE M - MEDICAL PAYMENTS and then only with respect to the ownership, maintenance or use of the premises designated above and operations necessary or incidental thereto. These SECTION II coverages do not apply to: 1. structural alterations or new construction performed by or on behalf of the designated person or organization; 2. personal injury caused by the designated person or organization; 3. liability the designated person or organization assumed under a contract; or 4. products -completed operations hazard arising out of goods or inventory which are not sold or distributed by you or arising out of the manufacturing or packaging of such goods or inventory. All other provisions of the policy apply. FE -6320 (7/66) Printed in U.S.A. �- State Farm General Insurance Co, y Mr 6400 State Faim Drive Rohnert Park, CA 94926-0001 T-02- 2069-F150 FU 3 THE CITY OF SAN RAFAEL ITS OFFICERS & EMPLOYEES PO BOX 15156 SAN RAFAEL CA 94915 Insured: BAY, DANIEL Location: 65 VALLEJO WAY SAN RAFAEL CA 94903-2337 Add Ins -II: THE CITY OF REDWOOD CITY Add Ins -II: THE CITY OF SAN RAFAEL Forms, Options, and Endorsements Special Form 3 Amendatory Endorsement Tree Debris Removal Policy Endorsement Policy Endorsement -Business Glass Deductible - Section I Data Processing Prog Exclusion Testing/Consulting E&O Excl Amendatory Collapse Additional Insured Terrorism Insurance Cov Notice Registered Domestic Partnrship Continued on next page FP -6143 KhNlzWAL CF^TIFICATE POLICY NUMBL , 97-OY-8259-1 Business- Office Policy OCT 19 2005 to OCT 19 2006 DATE DUE PLEASE PAY THIS AMOUNT j PAID BY SPECIFIED PARTY Coverages and Limits Section I A Buildings Excluded B Business Personal Property 5,700 C Loss of Income Actual Loss Deductibles - Section I Basic 1,000 Other deductibles may apply - refer to policy Section II L Business Liability $1,000,000 M Medical Payments 5 00 Gen Aggregate (Other than PCO) 2,000,000 Products -Completed Operations 2,000,000 (PCO Aggregate) FE -6205 Annual Premium $241.00 FE -6451 Bus Liability - Cov L 9.00 FE -6506.2 Total Amount $250.00 FE -6464 FE -6538.1 FE -6313.1 Premium Reductions FE -6510 Your premium has already been reduced FE -6551 by the following: FE -6320 Renewal Year Discount FE -6999 Yrs in Business Discount FE -5383 Claim Record Discount Cov. A - Inflation Index: N/A Cov. B - Consumer Price: 194.6 �ftRY e irk usS�i`ve t�ctc..VERDI CPCU Telephone (415) 283-3240 Prepared AUG 10 2005 IF YOU HAVE MOVED, PLEASE CONTACT YOUR AGENT. 2089-F15O F 17 3365 6684 See reverse side for important information. Please keep this part for your record. NOTE: DO NOT PAY. THE PREMIUM IS BEING PAID BY THE SPECIFIED PARTY. CONTINUED FROM FRONT NOTICE TO POLICYHOLDER: For a comprehensive description of coverages and forms, please refer to your policy. Policy changes requested before the "Date Prepared", which appear on this notice, are effective on the Renewal Date of this policy unless otherwise indicated by a separate endorsement, binder, or amended declarations. Any coverage forms attached to this notice are also effective on the Renewal Date of this policy. Policy changes requested after the "Date Prepared" will be sent to you as an amended declarations or as an endorsement to your policy. Billing for any additional premium for such changes will be mailed at a later date. If, during the past year, you've acquired any valuable property items, made any improvements to insured property, or have any questions about your insurance coverage, contact your State Farm agent. Please keep this with your policy. (oi f008g0 Rev. 10-2003 kwaLe Ill' 11.1)4vr4 ViA:-1.��„;�7-�g•i�e� �•���:>W�:� tn�,ei+�'iter.iti�iti�.r•,�•�•,►c��►na►rr�•r�aiti7�►•s•�frf:iw�i�d.i�a�,R�:i�ti►t- �.�� �.—•.c �... c ;— I glue e�C.7Ve-'�e-�IVw� C�ViV1 Y"146�91C.�.. State Farm General Insurance Cc ,y 6400 State Farm Drive Rohnert Park, CA 94926-0001 T-02- 2089-F150 FU 3 THE CITY OF SAN RAFAEL ITS OFFICERS & EMPLOYEES PO BOX 15156 SAN RAFAEL CA 94915 Forms, Options, and Endorsements Inc Cost and Demolition Cov Policy Endorsement -Business Ag6nif JERRY VERDI CPCU Telepwna (415) 283-3240 FE -6587 FE -6610 IF YOU HAVE MOVED, PLEASE CONTACT YOUR AGENT, RENEWAL Cr'"TIFICATE SCHEDULE PAGE POLICY NUMBL. 97-QY-8259-1 Business- Office Policy OCT 19 2005 to OCT 19 2006 DATE DUE PLEASE PAY THIS AMOUNT CONTINUED T -2089-F150 F 17 3365 6684 Please keep this part for your record. Prepared AUG 10 2005