Loading...
Peckham & McKenney/City Mgr & Finance Dir. Recruitment 12CONTRACT SERVICES AGREEMENT THIS CONTRACT SERVICES AGREEMENT (the "Agreement") is made and entered into by and between the CITY OF LA QUINTA, a California municipal corporation (the "City"), and PECKHAM & McKENNEY, an executive search firm (the "Contractor"). RECITALS WHEREAS, the former City Manager of the City of La Quinta ("City") passed away suddenly on November 20, 2011, leaving the position of City Manager vacant; WHEREAS, the City's current Finance Director has tendered his resignation effective May 31, 2012, which will leave the position of Finance Director vacant; WHEREAS, the City Council desires to secure the services of a recruitment firm to assist in the process of hiring a permanent replacements for the City Manager and Finance Director; and WHEREAS, a Request for Proposals for the City Manager recruitment was issued on December 13, 2011, with responses due by or before January 3, 2012; a supplemental request was issued on January 9 for supplemental proposals incorporating the search for a Finance Director into the City Manager search; and WHEREAS, four proposals were received from prospective recruitment firms; and WHEREAS, the proposals were reviewed and evaluated by a Review Committee comprised of Mark Weiss, Interim City Manager, Terry Deeringer, Human Resources/General Services Manager, and John Falconer, Finance Director, with respect to experience and background, proposed rates, references and guarantees, and other aspects of such proposals; and WHEREAS, the Review Committee recommended the top three firms for interviews with the City Council, which occurred on January 17, 2012; and WHEREAS, based on the submitted documentation, Review Committee recommendations, and interviews, the City Council recommended Peckham & McKenney on the basis that it offers the best combination of experience, background and knowledge regarding recruitment in the areas that are of interest to the City. NOW, THEREFORE, in consideration of the performance by the parties of the mutual promises, covenants, and conditions contained herein, the parties agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1. Scope of Services. In compliance with all terms and conditions of this Agreement, Contractor shall provide those services related to recruitment of a City Manager and a Finance Director, as specified in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference (the "services" or "work"). Contractor warrants that all services will be performed in a competent, professional and satisfactory manner in accordance with the standards prevalent in the industry for such services. 1.2. Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations and laws of the City of La Quinta and any Federal, State or local governmental agency of competent jurisdiction. 1.3. Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, 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 this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the services required by this Agreement. 1.4. Familiarity with Work. By executing this Agreement, Contractor warrants that (a) it has thoroughly investigated and considered the work to be performed, (b) it has investigated the site of the work and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the work should be performed, and (d) it fully understands the difficulties and restrictions attending performance of the work under this Agreement. Should Contractor discover any latent or unknown conditions materially differing from those inherent in the work or as represented by City, it shall immediately inform City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer (as defined in Section 4.2 hereof). 1.5. Standard of Care. Contractor acknowledges and understands that the services and work contracted for under this Agreement require specialized skills and abilities and that, consistent with this understanding, Contractor's services and work will be held to a heightened standard of quality and workmanship. Consistent with Section 1.4 hereinabove, Contractor represents to City that it holds the necessary skills and abilities to satisfy the heightened standard of work as set forth in this Agreement. Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work performed by Contractor, and the equipment, materials, papers and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. The performance of services by Contractor shall not relieve Contractor from any obligation to correct any incomplete, inaccurate or defective work at no further cost to City, when .such inaccuracies are due to the negligence of Contractor. 1.6. Additional Services. In accordance with the terms and conditions of this Agreement, Contractor shall perform services in addition to those specified in the Scope of Services only when directed to do so by the Contract Officer, provided that Contractor shall not be required to perform any additional services without compensation. Any addition in compensation not exceeding five percent (5%) of the Contract Sum may be approved by the Contract Officer. Any greater increase must be approved by the City Council. 1.7. Special Requirements. Additional terms and conditions of this Agreement, if any, are set forth in Exhibit "D" (the "Special Requirements") which is incorporated herein by this reference and expressly made a part hereof. In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2.0 COMPENSATION 2.1. Contract Sum. For the services rendered pursuant to this Agreement, Contractor shall be compensated in accordance with Exhibit "B" (the "Schedule of Compensation") in a total amount not to exceed the maximum contract amount of Thirty-nine Thousand and No/100 Dollars ($39,000.00) (the "Contract Sum"), except as provided in Section 1.6. The method of compensation set forth in the Schedule of Compensation may include a lump sum payment upon completion, payment in accordance with the percentage of completion of the services, payment for time and materials based upon Contractor's rate schedule, but not exceeding the Contract Sum, or such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. 2.2. Method of Payment. Any month in which Contractor wishes to receive payment, Contractor shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City's Finance Director, an invoice for services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the services provided, including time and materials, and (2) specify each staff member who has provided services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Contractor specifying that the payment requested is for work performed in accordance with the terms of this Agreement. City will pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than thirty (30) days after invoices are received by the City's Finance Department. 3.0 PERFORMANCE SCHEDULE 3.1. Time of Essence. Time is of the essence in the performance of this Agreement. 3.2. Schedule of Performance. All services rendered pursuant to this Agreement shall be performed diligently and within the time period established in Exhibit "C" (the "Schedule of Performance"). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer. 3.3. Force Maleure. The time period 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 Contractor, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if 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 ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the forced delay when and if in his or her judgment such delay is justified, and the Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. 3.4. Term. Unless earlier terminated in accordance with Sections 7.7 or 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services, except as otherwise provided in the Schedule of Performance. 4.0 COORDINATION OF WORK 4.1. Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: a. Bobbi C. Peckham, Partner, Peckham & McKenney It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principalsshall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. The foregoing principals may not be changed by Contractor and no other personnel may be assigned to perform the service required hereunder without the express written approval of City. 4.2. Contract Officer. The Contract Officer shall be Mark Weiss, Interim City Manager, or such other person as may be designated by the Interim City Manager of City. It shall be Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. 4.3. Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Contractor shall not subcontract with any other entity to perform in whole or in part the services required hereunder without the express written approval of City. In addition, 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 attempted or purported assignment or sub- contracting by Contractor without the City's express written approval shall be null, void and of no effect. 4.4. Independent Contractor. Neither 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 and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall have no power to incur any debt, obligation, or liability on behalf of City. 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. Contractor agrees to pay all required taxes on amounts paid to Contractor under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contractor shall fully comply with the workers' compensation laws regarding Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City harmless from any failure of Contractor to comply with applicable workers' compensation laws. City shall have the right to offset against the amount of any fees due to Contractor under this Agreement any amount due to City from Contractor as a result of Contractor's failure to promptly pay to City any reimbursement or indemnification arising under this Section 4.4. 4.5. City Cooperation. City shall provide Contractor with any plans, publications, reports, statistics, records or other data or information pertinent to services to be performed hereunder which are reasonably available to Contractor only from or through action by City. 5.0 INSURANCE. 5.1. Insurance. Prior to the beginning any Work under this Agreement and throughout the duration of the term of this Agreement, Contractor shall procure and maintain, at its sole cost, and submit concurrently with its execution of this Agreement, insurance as described herein. All insurance coverage required by this Agreement shall be placed with insurers authorized to do business in the State of California with an A,M, Best and Company rating level of A- or better, Class VI or better, unless otherwise approved by the City's Risk Manager in writing. 5.1.1. Minimum Coverage. 'Insurance shall include the following (or broader) coverage: a. Insurance Services Office Commercial General Liability coverage "occurrence" form CG 00 01 or its equivalent .with an edition date prior to 2004 and with minimum limits of $1,000,000 per occurrence and $2,000,000 in the aggregate. b. Insurance Services Office form number CA 0001 or equivalent covering Automobile Liability, including hired and non - owned automobile liability with a minimum limit of $1,000,000 per accident. If Contractor owns no vehicles, this requirement may be satisfied by a non -owned and hired auto endorsement to Contractor's commercial general liability policy. C. Contractor shall carry Workers' Compensation Insurance complying with California's worker's compensation laws, including statutory limits for workers' compensation and an Employer's Liability limit no less than $1,000,000 per accident or disease. 5.1 .2. Required Endorsements. Liability insurance policies required to be provided by Contractor hereunder shall contain or be endorsed to contain the following provisions: a. City, its employees, officials, agents and member agencies shall be covered as additional insureds. Coverage shall apply to any and all liability arising out of the Work or related to the Contract. Additional insured status under the general liability requirement shall be provided on Insurance Services Office Form CG 20 10 with an edition date prior to 2004, or its equivalent. Additional insured status for completed operations shall be provided either in the additional insured form or through another endorsement such as CG 20 37 with an edition date prior to 2004. b. General and automobile liability insurance shall apply separately to each insured against whom a claim is made or suit is brought, except with respect to the limits of the insurer's liability. Coverage will not be limited to City's vicarious liability. C. Liability coverage shall be primary and non-contributing with any insurance maintained by the City. d. Each policy required hereunder, and the associated evidence of coverage (including the workers' compensation and employer's liability policies), shall provide that coverage shall not be suspended, voided, canceled or reduced in coverage or in limits except after 30 days' prior notice has been given to City. Such provision shall not include any limitation of liability of the insurer for failure to provide such notice. e. No liability insurance coverage provided to comply with this Agreement shall prohibit Contractor, or Contractor's employees, or agents, from waiving the right of recovery prior to a loss. Contractor waives its right of recovery against City. 5.1.3. Verification of Coverage. Contractor shall deposit with City within fifteen (15) days of execution of the Contract certificates of insurance evidencing the coverage required hereunder and all required endorsements. 5.1 .4. No Waiver or Obligation. There shall be no recourse against City for payment of premiums or other amounts with respect to the insurance required to be provided by Contractor hereunder. Any failure, actual or alleged, on the part of City to monitor compliance with these requirements will not be deemed as a waiver of any rights on the part of City. City has no additional obligations by virtue of requiring the insurance set forth herein. In the event any policy of insurance required under this Agreement does not comply with these requirements or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient to pay premium from Contractor payments. 5.1 .5. Prompt Notice. Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City 5.1.6. Subcontractors. Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor approved by City. All coverages for subcontractors, if any, shall be subject to all of the requirements stated herein unless otherwise approved in advance in writing by City's Risk Manager. 6.0 INDEMNIFICATION. 6.1 Indemnification. 6.1.1.Indemnification. To the fullest extent permitted by law, Contractor shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all liability, claims, suits, actions arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, actual attorney fees incurred by City, court costs, interest, defense costs including fees of expert Contractors or expert witnesses incurred in connection therewith and any other costs or expenses of any kind whatsoever incurred in relation to, as a consequence of or arising out of or in any way attributable in whole or in part to the performance of this agreement. All obligations under this provision are to be paid by Contractor as the City incurs them. 6.1.2. Exception to Contractor's Obligation to Indemnify. Without affecting the rights of City under any provision of this agreement or this section, Contractor shall not be required to indemnify and hold harmless City as set forth above for liability attributable to the sole fault of City, provided such sole fault is determined by agreement between the parties or by the findings of a court of competent jurisdiction. This exception will apply only in instances where City is shown to have been solely at fault and not in instances where Contractor is solely or partially at fault or in instances where City's fault accounts for only a percentage of the liability involved. In those instances, the obligation of Contractor will be all-inclusive and City will be indemnified for all liability incurred, even though a percentage of the liability is attributable to conduct of the City. 6.1.3. Contractor Acknowledgment. Contractor acknowledges that its obligation pursuant to this section extends to liability attributable to City, if that liability is less than the sole fault of City. 6.1.4.Indemnity Provisions for Subcontractors. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every subcontractor, sub tier contractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this Agreement. In the event Contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. 6.1.5. No Waiver; Survival. Failure of City to monitor compliance with the requirements of this Section 6.1 imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. Contractor's obligation to indemnify and defend City as a set forth herein is binding on the successors, assigns, or heirs of Contractor and shall survive the termination of this Agreement or this section. 6.2. Remedies. In addition to any other remedies City may have if Contractor fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Contractor to stop work under this Agreement and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. C. Terminate this Agreement. Exercise of any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Contractor's failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractors' performance of work under this Agreement. 7.0 RECORDS AND REPORTS. 7.1. Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning Contractor's performance of the services required by this Agreement as the Contract Officer shall require. 7.2. Records. Contractor shall keep such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the cost and the performance of such services. Books and records pertaining to costs shall be kept and prepared in accordance with generally accepted accounting principles. The Contract Officer shall have full and free access to such books and records at all reasonable times, including the right to inspect, copy, audit, and make records and transcripts from such records. 7.3. Ownership of Documents. Originals of all drawings, specifications, reports, records, documents and other materials, whether in hard copy or electronic form, which are prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement, shall be the property of City and shall be delivered to City upon termination of this Agreement or upon the earlier request of the Contract Officer, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Contractor shall cause all subcontractors to assign to City any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages suffered thereby. In the event City or any person, firm or corporation authorized by City reuses said documents and materials without written verification or adaptation by Contractor for the specific purpose intended and causes to be made or makes any changes or alterations in said documents and materials, City hereby releases, discharges, and exonerates Contractor from liability resulting from said change. The provisions of this clause shall survive the completion of this Contract and shall thereafter remain in full force and effect. 7.4. Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer or as required by law. Contractor shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.5. Confidentiality. Contractor covenants that all data, documents, discussion, or other information, if any, developed or received by Contractor or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contractor to any person or entity without prior written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Contractor's covenant under this section shall survive the termination of this Agreement. 8.0 ENFORCEMENT OF AGREEMENT. 8.1. California Law. This Agreement shall be construed and interpreted 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 Riverside, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2. Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer; provided that if the default is an immediate danger to the health, safety and general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's right to terminate this Agreement without cause pursuant to Section 8.8. 8.3. Retention of Funds. City may withhold from any monies payable to Contractor sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Contractor in the performance of the services required by this Agreement. 8.4. Waiver. No delay or omission in the exercise of any right or remedy of a non -defaulting party on any default shall impair such right or remedy or be construed as a waiver. City's consent or approval of any act by Contractor requiring City's consent or approval shall not be deemed to waive or render unnecessary City's consent to or approval of any subsequent act of Contractor. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 8.5. Rights and Remedies are Cumulative. 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. 8.6. Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7. Termination Prior to Expiration of Term. This section shall govern any termination of this Agreement, except as specifically provided in the .following Section 7.8 for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Contractor. 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. Contractor shall be entitled to compensation for all services rendered prior to receipt 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, except as provided in Section 8.3. 8.8. Termination for Default of Contractor. If termination is due to the failure of Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 8.2, take over work and prosecute the same to completion by contract or otherwise, and Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Contractor for the purpose of setoff or partial payment of the amounts owed City as previously stated in Section 8.3. 8.9. Attorneys' Fees. If either party commences an action against the other party arising out of or in connection with this Agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees and costs of suit from the losing party. 9.0 CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 9.1. Non -liability of City Officers and Employees. No officer or employee of City shall be personally liable to Contractor, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2. Conflict of Interest. No officer or employee of City shall have any personal interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects his or her personal interest or the interest of any corporation, partnership or association in which she or he is, directly or indirectly, interested, in violation of any State statute or regulation. Contractor warrants that it has not paid or given and will not pay or give any third party any money or general consideration for obtaining this Agreement. 9.3. 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, marital status, national origin or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 10.0 MISCELLANEOUS PROVISIONS 10.1. Notice. Any notice, demand, request, consent, approval, communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this section. To City: CITY OF LA QUINTA Attn: Mark Weiss; Interim City Manager 78-495 Calle Tampico P.O. Box 1504 La Quinta, CA 92247-1504 To Contractor: PECKHAM & McKENNEY Attn: Bobbi C. Peckham, Partner 6700 Freeport Blvd., Suite 203 Sacramento, CA 95822 10.2. Integrated Agreement. This Agreement contains all of the agreements of the parties and all previous understanding, negotiations and agreements are integrated into and superseded by this Agreement. 10.3. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference, the provisions of this Agreement shall prevail except as otherwise provided in Section 1.7. 10.4. Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing signed by both parties. 10.5. Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in 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 phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder. 10.6. Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, PECKHAM & McKENNEY, a California municipal corporation CONTRACTOR: By: y U 9 �.SZ—_ By: SIGNED M Qo1JNi' MARK WEISS, Interim City Manager BOBBI C. PECKHAM, Partner Dated: 1 - 2 4 - 12 Dated: ATTEST - VERONICA J.,PdONTECINO, CMC, City Clerk, La Q nta, California APPROVED AS TO FORM: M. KATHERINE JENSON, City Attorney C, y of La Q inta, C ifornia __. 7RN-24-2012 15:59 FROM:PECKHRM & MCKENNEY (916) 391-2255 TO:17607777101 P.2 discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference, the provisions of this Agreement shall prevail except as otherwise provided in Section 1.7. 10.4. Amendment. This Agreement may be amended at any time by the, mutual consent of the parties by an instrument in writing signed by both parties. 10.5. Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in 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 phrases, sentences, clauses, paragraphs, or sections of this Agreement• which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder. 10.6. Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by so executing this Agreement the parties hereto are formally bound to the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, a California municipal corporation By: MARK WEISS, Interim City Manager Dated: ATTEST: VERONICA J. MONTECINO, CMC, City Clerk, La Quinta, California APPROVED AS TO FORM: M. KATHERINE JENSON, City Attorney City of La Quinta, California PECKHAM & McKENNEY, CONTRACTOR: BOBBI C. PECKHAM, Partner Exhibit A Scope of Services Executive simultaneous recruitment searches for a City Manager and Finance Director in accordance with the attached Proposal (Attachment 1) dated December 30, 2011, including the Supplemental Proposal dated January 10, 2012. Exhibit B Schedule of Compensation Payment shall be made as follows Professional fees for both City Manager and Finance Director recruitments are not to exceed $29,500 collectively. In addition, expenses in an amount not to exceed $9,500 will be pre -approved and will be billed back at cost as they are incurred, in conformance with Section 2.2 of the Agreement. Expenses include out-of-pocket costs associated with travel, clerical, advertising, telephone, printing/copying, supplies/postage, and background checks. Total compensation for all work performed under the Agreement shall not exceed Thirty-nine Thousand and No/100 Dollars ($39,000.00) except as specified in Section 1.6 - Additional Services of the Agreement. Method for payment shall be as follows: The Consultant shall present to the City four (4) invoices for services made up of the following amounts and submitted as outlined below: (1) Invoice 1 in the amount of $9,833.00 shall be submitted upon execution of this Agreement; (2) Invoice 2 in the amount of $9,833.00 shall be submitted following completion of Stage III - Preliminary Interviews/Recommendation of the recruitment process, as outlined in Exhibit C, Schedule of Performance; (3) Invoice 3 in the amount of $4,917.00 shall be submitted at the end of the City Manager recruitment process, after the City Manager has signed a contract of employment; and (4) Invoice 4 in the amount of $4,917.00 shall be submitted at the end of the Finance Director recruitment process, after the Finance Director has signed a contract of employment. The total of the four invoices shall not exceed $29,500. The payment of this compensation is subject to Consultant's guarantee, as set forth in Exhibit D - Special Requirements. Exhibit C Schedule of Performance Contractor shall complete all services within this agreement (*except as noted below) by June 30, 2012, in accordance with the following schedule: ACTIVITY TIME FRAME Project Organization (2 weeks) • Kick-off meeting to discuss Candidate Profile and formalize project schedule • Finalize Candidate Profile with City and identify "fit" required • Develop advertising and recruiting plan • Prepare marketing brochure II. Recruitment (6 weeks) • Advertise, network, and electronically post in appropriate venues • Send marketing brochure to 300-400 industry professionals • Post opportunity on firm's web site as well as City's site Search for/identify/recruit individuals within the parameters of the Profile • Respond to all inquiries and acknowledge all resumes received III. Preliminary Interviews/Recommendation (3 weeks) • Review candidates' resumes and supplemental questionnaires • Conduct preliminary interviews with leading candidates • Conduct first -tier reference checks • Present written recommendation of finalists to Mayor and City Council • Notify all candidates of search status IV. Final Interviews/Selection (2 weeks) • Schedule finalist candidate interviews • Design process and facilitate finalist interviews with City • Assist City throughout process and provide recommendations • Mayor and City Council selects candidate or leading 2-3 candidates for further consideration V. Qualification (1 week) • Conduct background checks and second "tier" references • City conducts site visit to community of selected candidate • Negotiation assistance • Exceed expectations and successfully place candidate who "fits." *Items IV and V above shall be completed for the Finance Director recruitment approximately 4 weeks after the hiring of the City Manager to provide an opportunity for the newly hired City Manager to participate in the selection of the Finance Director. Exhibit D Special Requirements In the event that a candidate recruited and recommended by our firm leaves the City's employment for any reason within the first two (2) years (except in the event of budgetary cutbacks or position elimination), Contractor agrees to provide a one-time replacement at no additional charge, except expenses. 2479/015610-0002 _ 999772.01 e0123/12 -� ATTACHMENT 1 MCKENNEY EXECUTIVE SEARCH AND CONSUJI.VO January 10, 2012 Ms. Terry Deeringer Human Resources/General Services Manager City of La Quinta 78-495 Caile Tampico La Quinta, CA 92253 Dear Terry: Thank you so much for your time on the phone yesterday to discuss the unfortunate situation In which the organization finds itself and the need for additional recruitment assistance. I would be honored to serve as the City's Recruiter in representing the City Manager and Finance Director positions to potential candidates. First, I would recommend that the two recruitments begin simultaneously. This will allow a variety of economies in the cost and associated expenses incurred in the early stages of the recruitment processes. These early recruitment steps include meetings to develop the candidate profiles, ads and brochures. The City Manager recruitment should proceed according to the timeline we suggested in our original proposal. I would recommend that the remainder of the Finance Director recruitment process be scheduled approximately one month behind the City Manager process. Although the newly appointed City Manager may not be on board yet, he/she will have an opportunity to participate in the selection of the Finance Director. Our previous proposal for the City Manager recruitment stated a professional services fee of $16,500 with expenses up to $6,500. To conduct the recruitment of the Finance Director as well, we propose a combined professional services fee of $29,500 with expenses not to exceed $9,500. Should the City choose to delay the Finance Director search until the new City Manager is on board for a period of time, the professional services fee for that search alone would be $15,000. We are currently conducting a similar recruitment for a Chief Financial Officer/Assistant County Manager for Douglas County, NV. The County had previously conducted this search twice and was disappointed with the results. Our firm conducted the search with extensive outreach efforts in the recruitment process, and the County Is very pleased to interview five top finalists later this week. In addition, we recently placed Finance Directors with the cities of Alhambra and San Mateo; the Superior Court of California, County of San Mateo; and the City of Aurora, CO. Previous Finance Director placements were made with the cities of Atherton, Hayward, Rancho Cordova, Santa Clarita, and Seaside; and Durango, Winter Park, and Steamboat Springs, CO. A full listing of Finance Director searches conducted is attached. Please let me know if you have any questions or need additional information. I would be pleased to attend the meeting on January 17 to discuss these critical recruitments. Sincerely, Bobbi C. Peckham Finance Director (and Simi/arl Searches Conducted by Bobbi Peckham and/or Phil Mdlenne Alameda County, CA Finance Director Alhambra, City of Finance Director American Canyon, City of Finance Director Antioch, City of Finance Director Arvada, CO, City of Director of Finance Atherton, City of Finance Director Aurora, CO, City of Finance Director Azusa, City of Director of Finance Brisbane, City of Finance Director Burbank, City of Finance Director Claremont, City of Finance Director Contra Costa Water District Finance Director Dublin, City of Administrative Services Director Durango, CO, City of Finance Director East Bay Regional Park District Controller Emeryville, City of Finance Director Fairfield, City of Director of Finance Goodwill Industries of San Joaquin Valley Finance Director/Controller Gonzales, City of Finance Director Hayward, City of Finance Director La Quinta, City of Finance Director Long Beach, City of City Treasurer Marin Municipal Water District Auditor/Controller Menlo Park, City of Financial Services Manager Milpitas, City of Finance Director Modesto, City of Director of Finance Monterey, City of - Finance Director Morgan Hill, City of Finance Director Needles, City of Finance Director Oakland, City of Budget Director Orange County Fire Authority Assistant Chief, Business Services Orange County Fire Authority Financial Services Manager Orange County Fire Authority Treasurer (2000 and 2004) Oxnard, City of Finance Director Pasadena, City of Controller Pasadena, City of Accounting Manager Porterville, City of Administrative Services Manager Rancho Cordova, City of Assistant Finance Director Reno, NV, City of Finance Director San Diego County Water Authority Investment Analyst San Mateo, City of Finance Director Santa Clarita, City of Finance Manager Santa Cruz, City of Finance Director Seaside, City of Financial Services Manager Steamboat Springs, CO, City of Finance Director Superior Court of Calif./Co. of San Mateo Finance Director Union City, City of _ Finance Director Ventura, City of Treasury Manager Visalia, City of Finance Director Washington County, OR Finance Director Western Municipal Water District Finance Director Winter Park, CO, City of Finance Director Yorba Linda, City of Finance Director MCKENNEY EXECUTIVE SEARCH AND CONSULTING Executive Search Services City Manager City of La Quinta December 2011 "All About People" "All About Fit" 6700 Freeport Boulevard, Suite 201 1-866-912-1919 Sacramento, CA 95822 ww'w.peckhammidmekcnney.com (9I6) 391-2233 Fax (916) 391-2255 I ►VICKENNEY December 30, 2011 EXECUTIVE SEARCH AND CONSULTING Mayor Don Adolph and Members of the City Council City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 Dear Mayor Adolph and Council Members: First, we express our condolences in the unfortunate passing of Tom Genovese. Having assisted Tom years ago in the recruitment process that lead to the placement of John Falconer, I was personally very impressed with his integrity and commitment to local government. This is a great loss to the organization and to the community. We would be honored to assist the City Council in this important recruitment process. our firm provides executive search services to local government agencies throughout the Western United States and is headquartered in Sacramento. The firm was established as a partnership in 2004, and we have over 35 years of experience in local government and executive search. We have conducted hundreds of searches over the years and have extensive experience conducting City Manager recruitments, in particular. You will notice that we have significant experience working with affluent communities similar to La Quinta. Not only have we recently completed a successful City Administrator search for the City of Carmel -by -the -Sea, but we also just completed the Town of Woodside, Town Manager search. In addition, we have placed City Managers with the cities of Big Bear Lake, Del Mar, Palo Verdes Estates, Mill Valley, Moraga, St. Helena, and a Community Manager for The Sea Ranch Association. We also have significant experience working with resort and tourism -related communities including Park City, UT; Vail, Steamboat Springs, Snowmass Village, CO; and Jackson, WY, among many others. I Through many of these recruitments, we have established an extensive database of industry contacts. We are also active in the Cal-ICMA Preparing the Next Generation Committee, Municipal Management Associations of Northern and Southern California (MMANC and MMASC), and Women Leading Government. These contacts will be extremely beneficial in the recruitment of La i_ Quinta's City Manager. Having over 24 years' experience conducting City Manager executive searches throughout California, I would serve as your Recruiter. I look forward to meeting the j Council personally to confirm the best "fit" as your representative of this opportunity to outstanding candidates. j Sincerely, C G'f Bobbi C. Peckham, Partner "All About People" "All About Fit" 6700 Freeport Boulevard. Suite 203 1-b'G6-)I2-7911 (9I6) 39I-2233 Sacramento. CA 95822 www.peckharnandmckenney.com Fax (916) 391-2255 TABLE OF CONTENTS INTRODUCTION 1 Peckham & McKenney Executive Recruitment Team THE SEARCH PROCESS 4 PROJECT SCHEDULE 6 PROFESSIONAL FEES AND EXPENSES 7 PLACEMENT GUARANTEE AND ETHICS 8 CLIENT REFERENCES 9 FULL LIST OF EXECUTIVE SEARCHES CONDUCTED 10 All conducted by either Bobbi Peckham or Phil McKenney INTRODUCTION Peckham & McKenney provides Executive Search and Consulting services to local government agencies throughout the Western United States and is headquartered in Sacramento, CA. The firm was established as a partnership in June 2004 by Bobbi Peckham and Phil McKenney, who serve as the firm's Recruiters. We are supported by an Office Manager, marketing and design professional, research specialist, web technician, and distribution staff. Peckham & McKenney was established on the premise that an executive search and consulting firm must be dedicated to providing its clients and candidates with professional service, as well as a personal, hands-on approach. Our business philosophy centers upon the understanding that this is a "people" related industry and that attention to others' needs is the key to providing effective customer service. Not only are we committed to providing our clients with well -qualified candidates, but we also take pride in treating both our clients and candidates with utmost respect. This commitment has lead to multi -year retainer agreements with a number of agencies, as well as numerous client and candidate testimonials to their experiences with us. We invite you to visit our web site at www PeckhamAndMcKenney.com. At Peckham & McKenney, we are committed to local government and sensitive to the challenges and issues faced by our clients. As such, we participate in the Cal-ICMA Preparing the Next Generation Committee and also serve as the Administrator for the Credentialed Government Leader program for the Municipal Management Associations of Northern & Southern California. In addition, we have provided workshops and training sessions in California and Colorado to up-and- comers on resume and interview preparation and general career guidance. Bobbi C. Peckham Possessing 29 years of proven experience in local government and executive search and having conducted hundreds of similar recruitments, Bobbi Peckham will personally serve as the City's Recruiter on this important search. Current searches being conducted by Ms. Peckham include: Chief Administrative Officer, City of Bell (begins 01112) General Counsel, Midpeninsula Regional Open Space District (complete in 01112) City Manager, City of Palmdale (complete in 01112) Chief People officer, City of Palo Alto (complete in 01112) City Clerk, City of Walnut Creek (complete in 03112) Planning Manager, City of Walnut Creek (complete in 03112) City Manager, and similar, recruitments conducted within the past two years include: City of Amencan Canyon, CA City of Belmont, CA City of Benicia, CA City of Buellton, CA City of Carmel -by -the -Sea, CA City of Corvallis, OR City of Del Mar, C,4 City of Encinitas, CA City of Exeter, CA City of Fremont, CA — Assistant City Manager City of Hayward, CA — City Manager and Assistant City Manager City of Hughson, CA City of Mill Valley, CA Town ofMoraga, CA City of Novato, CA City of Palo Alto, CA -Assistant City Manager City of Palos Verdes Estates, CA City of Rohnert Park, CA The Sea Ranch Association, CA City orSedona, AZ City of St. Helena, CA City of Tulare, CA City of Waterford, CA Town of Woodside, CA Yolo County, CA — County Administrator Through these many recruitments as well as years of active involvement in the Cal-ICMA Preparing the Next Generation Committee, Municipal Management Associations of Northern and Southern California (MMANC and MMASQ, and Women Leading Government, Ms. Peckham has personally developed a strong database and network of contacts that is active, current, and extremely beneficial in the recruitment of La Quinta's City Manager. Ms. Peckham began her career in the public sector in Naperville, Illinois, where she became familiar with all aspects of local government. Ms. Peckham was then recruited to join the Executive Search practice of a leading California recruitment firm. Later, she played an integral role in creating a national search business for what became the largest recruitment practice serving local government in the country. Here, she became Regional Director overseeing Northern California and a nine -state region. In 2001, Ms. Peckham was invited to implement a public sector search practice for a Sacramento -based, private sector firm. With its significant success and her outstanding track record on local government placements, she chose to form her own search firm in partnership with Phil McKenney in 2004. Ms. Peckham has personally conducted hundreds of national searches throughout the Western United States. She has extensive experience working with City Councils, Executive Boards, and local government administrators, listening to and understanding their needs in executive level placements. Ms. Peckham received a Bachelor of Science degree in Organizational Behavior from the University of San Francisco. She is a contributing member of the International City/County Management Association, Cal-ICMA, Women Leading Government, Municipal Management Association of Southern California, and Municipal Management Association of Northern -2- California. Ih addition to serving on Cal-ICMA's Preparing the Next Generation Committee, Ms. Peckham was instrumental in writing the ICMA's Job Hunting Handbook for Local Government Professionals. She currently serves on the Planning Committee for the Annual Women'; Leadership Summit, managing all aspects of the events treasured Executive Roundtable Discussions. These roles not only enhance her presence in local government but speak to her strong reputation of integrity within the industry. Phil McKennev Phil McKenney has over 30 years' management experience and is very familiar with local government agencies, having led a county organization and having worked with numerous city governments and special districts. Mr. McKenney began his career in the resort and hospitality industry and served as General Manager for Mattakesett Properties on the island of Martha's Vineyard. He then relocated to Keystone Resort in Colorado, which is now acknowledged as a premiere all -season resort with special recognition for its level of guest services. Mr. McKenney later took over the helm of the Summit County Chamber of Commerce as their Executive Director. This hybrid -Chamber was the only countywide organization responsible for marketing all of Summit County, Colorado, home to Breckenridge, Keystone, and Copper Mountain resorts. Through his leadership and collaborative style, and working with the cities and county within Summit County, he led the Chamber to being a readily recognized and well -respected organization within Colorado and the Western United States. Mr. McKenney was then selected by Placer County, California to lead the merger of the North Lake Tahoe Chamber of Commerce and the North Tahoe Visitors and Convention Bureau into the North Lake Tahoe Resort Association. As Executive Director of this new county organization, he represented the Tourism industry for all of North Lake Tahoe. The Resort Association is now a proactive, nationally recognized organization whose model of governance is being replicated in numerous resort communities across the western United States. Mr. McKenney joined Ms. Peckham in executive recruitment in January 2003 and has since conducted many national recruitments throughout the Western states, including Colorado, Arizona, Oregon, and California. Mr. McKenney has an undergraduate degree in Recreation from Slippery Rock State College as well as a Master of Business Administration from the University of Denver. Joyce Johnson Joyce Johnson joined Peckham & McKenney in 2005 and serves as the firm's Office Manager. Ms. Johnson is complimented regularly on her strong customer orientation working with both. clients and candidates alike. She oversees internal administration of the firm as well as directing contract administrative support in the areas of advertising and design, web posting, and duplication and mailing services. ' Prior to joining Peckham & McKenney, Ms. Johnson oversaw internal administration in the Western Region headquarters of two national management consulting and executive recruitment firms. She has a total of 28 years' experience in the field of administrative and executive support for all aspects of the executive recruitment process. Ms. Johnson holds an Associate of Arts degree from American River College. -3- THE SEARCH PROCESS While it is our intent to customize the search and project schedule to fit the City's specific needs, the search process typically includes the following key actions: Proiect Organization —This phase provides for the development of a detailed Candidate Profile. We will meet individually with the Mayor and members of the City Council, as well as others you identify, to discuss the issues and challenges facing the City of La Quinta. The desired background and experience, leadership style and personality traits, skills and abilities will be discussed. We will also discuss expected parameters of the search, the search timeline, and schedule future meeting dates with the Mayor and City Council. Typically, we devote significant time to this phase of the recruitment in order to become fully knowledgeable of the organization, community, and desired profile of your next City Manager. We encourage our clients to allow us to meet with staff, the executive management team, Commission members, labor representatives, community business leaders, residents, and others. These may be one-on-one meetings, small group discussions, or larger public forums, depending upon the appropriate style and venue desired by the City. Electronic survey tools may also be utilized to provide input opportunities to the community on a broader scale. We have significant experience in a variety of methods for gaining input on the candidate profile, and we will provide advice and recommendations to the Mayor and City Council. In addition, we ask for a tour of the community in order to more fully understand current and future projects as well as gain a stronger familiarity with the community. Recruitment — Advertisements will be placed in the appropriate industry publications and websites, and our firm will assume responsibility for presenting your opportunity in an accurate and professional manner. Full information on the position will be posted on our frm's web site as well as the site of the City. In addition, an attractive brochure will be prepared to market the organization and position to potential candidates. This brochure will be mailed to 300-400 industry professionals, and it will also be available on our firm's web site. Copies of the brochure will also be made available to the Mayor and City Council. The main focus of our outreach, however, will be direct phone contact with quality potential candidates. With nearly 30 years of executive search experience, we have developed an extensive candidate database that is continuously utilized and updated, Our recruiting efforts will focus on direct and aggressive recruiting of individuals within the search parameters established during the Project Organization phase. We believe direct recruiting produces the most qualified candidates. We know how to identify the "hidden candidates, including those passive candidates who may be resistant to considering an employment change. Throughout this active search process, we will regularly notify the Interim City Manager and City Council of the status and share questions, concerns, and comments received from potential candidates as they consider the opportunity. By doing so, we will "team" with the City Council to ensure that all issues and concerns of candidates are discussed and understood thereby eliminating "surprises" once the resume filing deadline has occurred. m As resumes are received, they will be promptly acknowledged, and we will personally respond to all inquiries. Once the resume filing deadline has passed, the Interim City Manager and City Council will be once again updated on the status of the recruitment, the number of resumes received, and our intent for preliminary interviews. PreliminariInterviews/Recommendation — As resumes are received, supplemental questionnaires will be sent to candidates who appear to meet the candidate profile. Following the resume filing deadline and a thorough review of the resumes and questionnaires received, we will conduct preliminary interviews with those individuals most closely matching the candidate profile. Preliminary reference checks will be conducted and a written recommendation of finalists will be personally presented at an on -site, one- to two-hour meeting with the Mayor and City Council. The City will receive a full listing of all candidates who applied for the position, as well as the cover letters, resumes, and supplemental questionnaires of the recommended group of candidates for further consideration. Once a group of finalists has been selected as finalists by the Council, all candidates will be notified of their status. We will prepare a finalist interview schedule and notify finalist candidates accordingly. If necessary, finalists will make their own travel plans and reservations. It is customary that the City reimburse finalists for roundtrip airfare, car rental, and lodging necessary to attend the interviews with the City Council. We will confirm this with the City at our meeting to recommend finalists. Final Interviews/Selection — During this phase, finalists will be interviewed by the City. We will provide on -site advice and facilitation assistance during the final interview process. Interview materials, including suggested interview questions, evaluation and ranking sheets will be provided for the City's convenience. An orientation session will be held with the Council prior to the finalist interviews, and we will work with the City Council through a ranking process and discussion of the finalists at the end of the day. We will assist the City in coming to consensus on the leading two to three finalists for further consideration, and we will provide recommendations on next steps, including additional meetings or social engagement with each finalist to learn more of the "fit" they may bring. In the past, our clients have chosen to conduct subsequent interviews, roundtable discussions, meals, or receptions with these finalists; we will provide the Mayor and City Council with recommendations and options. Qualification — Once the final candidate has been selected, our firm will verify, at your discretion, professional work experience, educational histories, criminal, civil, credit, motor vehicle records, and second "tier" references. This comprehensive process ensures that only the most thoroughly screened candidate is hired. In addition, negotiation assistance will be provided as requested by the City. Our ultimate goal is to exceed your expectations and successfully place a candidate who "fits" your organization's and community's needs now and into the future. - 5 - PLACEMENT GUARANTEE AND ETHICS Our placement record is particularly strong in that 94% of the candidates we have placed within the past six years continue in those positions today. In the unlikely event, however, that a candidate recruited and recommended by our firm leaves your employment for any reason within the first two years (except in the event of budgetary cutbacks or position elimination), we agree to provide a one-time replacement at no additional charge, except expenses. Time and again, we receive unsolicited comments from clients and candidates relating to our integrity and high ethics. • First, we believe in honesty. No client should ever appoint an individual without being fully knowledgeable of the candidate's complete background and history. Conversely, no candidate should ever enter into a new career opportunity without full disclosure of any organizational "issues." • We strive to keep everyone involved in a recruitment process informed of the status. Not only do we provide regular updates to our clients, but we also have a reputation for keeping our candidates posted, even to the extent of informing them as to who was eventually selected. • As recruitment professionals, we do not recruit our placements -- ever. Should a placement of ours have an interest in a position for which we are recruiting, they may choose to apply. However, if they become a finalist, we ask that they speak to their supervisor (Council member or Manager) to alert them of their intent. • We do not recruit staff from our clients for another recruitment during an active engagement. Nor do we "parallel process" a candidate, thereby pitting one client against another for the same candidate. • We are retained only by client agencies and not by our candidates. While we have a reputation for being actively involved in the profession and providing training, workshops, and general advice to candidates, we represent only our clients. In addition, we always represent and speak of our client in a positive manner; during the recruitment engagement as well as years after. • We do not misrepresent our client list. Only those searches that we personally conducted appear on our list; rather than those conducted by other Recruiters while with other executive search firms. CLIENT REFERENCES Please feel free to contact any of the following current and recent clients to inquire about their experience with Bobbi Peckham and Phil McKenney. In addition, we would be pleased to furnish the client contact and phone numbers for any past clients of Ms. Peckham or Mr. McKenney listed in the Attachment. Sue McCloud, Mayor or Heidi Burch, City (831) 624-7310; Cloud93921 aol.com City of Del Mar CA (pop 4 500) — City Manager (200D Karen Brust, former City Manager (949) 493-1171; kbrustCdsanivancapistrano.org City of encmaas ILA IROD 08 UVUI - V� Teresa Barth, Council member; or Richard Phillips, Assistant City Manager (760) 633-2610; rohillioCitcitvofencinitas orq city of Mill Valley LA IDOD 13 UUUI - MIT 1-101101" uwv• Stephanie Moulton -Peters, Council member and former Mayor; or Jim McCann, City Manager (415) 302-6032; sr o tcnpeters(�comcast net Town of Moraga CA (pop 16,000) — Town Manager (2010) Karen Mendonca, Mayor; or Jill Kelmach, Town Manager (925) 888-7020; kmendonca@moraga.ca.us or ikeimach(d)moraga ca.us Town of Woodside CA (pop 5,700) — Town Manager (recently completed) Ron Romines, Mayor; or Susan George, Town Manager (650) 851-6790; scleorge2woodsidetown.ora RECENT CLIENTS AND EXECUTIVE SEARCHES Bobbi Peckham and Phil McKenney are proud members of ICMA and adhere to the ICMA Code of Ethics. All recruitments listed herein were personally conducted by either Bobbi Peckham or Phil McKenney. City/County Manaaer, Executive Director, and Related Alameda County Waste Mgt, Authority Executive Director American Canyon, City of City Manager American Water Works Assoc., CA/NV Section Executive Director Arvada, CO, City of Deputy City Manager Ashland, OR, City of City Administrator (2002 and 2005) Atherton, City of Assistant City Manager Baldwin Park, City of Chief Executive Officer Bell, City of Chief Administrative Officer Benicia, City of City Manager Big Bear Lake, City of City Manager (1995, 2001 and 2006) Big Bear Lake, City of General Manager, Dept. of Water & Power Big Bear Lake, City of Asst. General Mgr., Dept. of Water & Power Buellton, City of City Manager California Water Pollution Control Association Association Manager Calistoga, City of City Manager Campbell, City of City Manager Carlsbad, City of Assistant City Manager Carmel -by -the -Sea, City of City Administrator Corvallis, OR, City of City Manager Del Mar, City of City Manager Delano, City of City Manager Douglas County, CO Deputy County Manager Durango, CO, City of City Manager East Palo Alto, City of City Manager Encinitas, City of City Manager Exeter, City of City Administrator Foothills Park & Recreation District, Littleton, CO Executive Director Fort Lupton, CO, City of City Administrator Fremont, City of Assistant City Manager Gillette, WY, City of City Administrator Gilroy,City of City Administrator Gilroy, City of Assistant City Administrator Glendora, City of City Manager Grand Junction, CO, City of City Manager (2001 and 2006) Greeley, CO, City of City Manager Hayward, City of City Manager Hayward, City of Assistant City Manager Hesperia, City of City Manager Hughson, City of City Manager Indio, City of City Manager King City, City of City Manager La Plata County, CO County Manager -10- Laramie, WY, City of City Manager Mammoth Lakes, Town of Town Manager Manitou Springs Chamber of Commerce, Chief Operating Officer Visitors Bureau & Office of Economic Development, CO Martinez, City of City Manager Midpeninsula Regional Open Space District General Manager Midpeninsula Regional Open Space District Assistant General Manager Mill Valley, City of City Manager Milpitas, City of City Manager Monte Vista Water District General Manager Moraga, Town of Town Manager Mountain House Community Svcs. District, CA General Manager Mountain Village, CO, Town of Town Manager Norco, City of City Manager North Lake Tahoe Public Utility District General Manager (2004 and 2007) North Lake Tahoe Resort Association Executive Director Novato, City of City Manager Orange County Fire Authority Assistant Chief, Business Services Palmdale, City of City Manager Palo Alto, City of Assistant City Manager Palos Verdes Estates, City of City Manager Park City Municipal Corporation, UT City Manager Pleasant Hill, City of City Manager Porterville, City of Deputy City Manager Public Agency Risk Sharing Authority of CA General Manager Redding, City of City Manager Redlands, City of City Manager Redwood City, City of City Manager Rohnert Park, City of City Manager Sacramento, CA, Crocker Art Museum Executive Director San Jacinto, City of City Manager San Jose, City of Executive Director, Historical Museum San Mateo, County of County Manager San Rafael, City of Assistant City Manager Santa Clara Co. Open Space Authority General Manager Sea Ranch Association, CA Community Manager Sedona, AZ, City of City Manager Solvang, City of City Manager Snowmass Village, CO, Town of Town Manager Springfield, OR, City of Assistant City Manager St. Helena, City of City Manager Steamboat Springs, CO, City of City Manager Steamboat Springs Chamber Resort Assoc., CO Executive Vice President Teton County, WY County Administrator Tracy, City of City Manager Tracy, City of Assistant City Manager Truckee, Town of Town Manager Tulare, City of City Manager (2005 and 2011) Tulare Co. Economic Development Corporation President -11- Vail, CO, Town of Washington County, OR Waterford, City of Windsor, CO, Town of Winter Park, CO, Town of Winters, City of Woodside, Town of Yakima Regional Clean Air Authority, WA Yolo, County of Yuba, County of City Attorney/Legal Counsel Antioch, City of Archuleta County, CO Ashland, OR, City of Burlingame, City of Eureka, City of Garfield County, CO Hayward, City of Midpeninsula Regional Open Space District, CA Mountain Village, CO, Town of Pleasanton, City of Redding, City of Richmond, City of San Bruno, City of Alhambra, City of Ashland, OR, City of Baldwin Park, City of Belmont, City of Beverly Hills, City of Brookings Economic Development Agency, SD Corte Madera, Town of Delano, City of Delano, City of Eastern Municipal Water District Fremont, City of Fremont, City of Grand Junction, CO, City of Hayward, City of Hayward, City of Hesperia, City of Jefferson County, CO Laguna Niguel, City of Livermore, City of Martinez, City of Mountain Village, CO, Town of Murrieta, City of 12- Town Manager Director of Health & Human Services City Administrator Town Manager Town Manager City Manager Town Manager Executive Director/Air Pollution Conti Officer County Administrator County Administrative Officer City Attorney County Attorney City Attorney City Attorney City Attorney County Attorney City Attorney General Counsel Town Attorney City Attorney Assistant City Attorney City Attorney City Attorney Director of Development Services Community Development Director Community Development Director Community Development Director Community Development Director Executive Director Environmental Services Director Community Development Director Economic Development Manager Director, Development & Customer Services Deputy Director of Community Development Deputy Rdvlpmnt Agency Director, Housing Community Development Director Community Development Director Economic Development Manager Redevelopment Director Planning & Development Director Director of Community Development Economic Development Director Community Development Director Dir. Of Community Development & Housing Development Services Director Needles, City of North Tahoe Public Utility District, CA Novato, City of Novato, City of Oceanside, City of Pasadena, City of Reno, NV, City of San Bernardino, City of San Bruno, City of San Clemente, City of San Mateo, City of San Mateo, City of San Pablo, City of San Pablo, City of San Rafael, City of County of Santa Clara, San Jose, CA Seaside, City of Seaside, City of Teton County, CO Vail, CO, Town of Walnut Creek, City of Walnut Creek, City of Washington County, OR Winters, City of Library Director and Related Boulder, CO, City of Hayward, City of Huntington Beach, City of Mountain View, City of Oceanside, City of Orange, City of Palo Alto, City of Pleasanton, City of Sacramento Public Library Torrance, City of Parks & Recreation Foothills Park & Rec, District, CO Los Altos, City of North Clackamas County, OR Novato, City of Pacifica, City of Palo Alto, City of Pleasanton, City of Pleasanton, City of Reno, NV, City of Rialto, City of Roseville, City of -13- City Planner Planning & Engineering Manager Community Development Director Planning Manager Economic Development Director Director of Planning & Permitting Redevelopment Administrator Business Development Manager Community Development Director Econo. Development & Housing Director Planning Manager Building Official Development Services Director Planning Manager Community Development Director Director, Dept, of Planning & Development Sr. Planning Services Manager Redevelopment Services Manager Planning & Development Director Director of Community Development Economic Development Manager Planning Manager Land Development Services Manager Community Development Director Library Director Library Director Library Director Library Director Library Director City Librarian Library Director Library Services Director Library Director Cultural Arts Administrator Executive Director Recreation Director Parks & Recreation Director Depty Director, Parks Rec. & Comm. Svcs. Dir. Of Parks, Beaches & Recreation Community Services Director Community Services Manager Director of Parks & Community Svcs. Director of Parks & Recreation Parks & Community Services Director Parks, Rec. & Libraries Director San Clemente, City of Dir. Of Beaches, Parks & Recreation Tracy, City of Parks & Community Services Director Vacaville, City of Director of Community Services West Sacramento, City of Parks & Community Services Director Public Works/Engineering and Related Ashland, OR, City of Public Works Director Belmont, City of Public Works Director Belmont, City of Senior Civil Engineer Benicia, City of Land Use & Engineering Manager Big Bear Lake, City of City Engineer Campbell, City of City Engineer Campbell, City of Associate Civil Engineer Carlsbad, City of Deputy Public Works Director Chino Basin Municipal Water District, CA Manager of Planning & Engineering Delta Diablo Sanitary District, CA Senior Engineer Fremont, City of Manager of Maintenance Operations Gilroy, City of Building Field Services Manager Greeley, CO, City of Public Works Director Greenfield, City of Public Works Director Hayward, City of Director of Public Works Jefferson County, Golden, CO Airport Manager Louisville, CO, City of Public Works Director Marin Municipal Water District, CA Environmental Resources Division Manager North Tahoe Public Utility District, CA Planning & Engineering Manager Oceanside, City of Community Services Director Orange County Fire Authority, CA Fleet Manager Orange County Fire Authority, CA Property Manager Port San Luis Harbor District, CA Facilities Manager Reno, NV, City of Fleet Manager Sacramento County, CA Associate Civil Engineer San Jose, City of General Services Director San Luis Obispo, City of Public Works Director Santa Paula, City of Public Works Director Steamboat Springs, CO, City of Public Works Director Yorba Linda, City of Field Services Supervisor Human Resources/Personnel AC Transit District Human Resources Manager Azusa, City of Human Resources Director Belmont, City of Human Resources Director Belmont, City of Personnel Analyst Brookings, SD, City of Director of Human Resources Contra Costa Water District, CA Human Resources Manager Delta Diablo Sanitation District, CA Personnel Officer Douglas County, CO Human Services Director East Bay Regional Park District Personnel Director Glendale, AZ, City of Personnel Director Hayward, City of Human Resources Director -14- Jefferson County, CO Las Vegas Metropolitan Police Department, NV Midpeninsula Regional Open Space District Mountain View, City of Oceanside, City of Orange County Fire Authority, CA Palm Desert, City of Palo Alto, City of Portervilie, City of Redwood City, City of San Bruno, City of San Rafael, City of Seaside, City of Southern CA Association of Governments Torrance, City of Finance Director/CQntroller/Treasurer Alameda County, CA Alhambra, City of American Canyon, City of Antioch, City of Arvada, CO, City of Atherton, City of Aurora, CO, City of Azusa, City of Brisbane, City of Burbank, City of Claremont, City of Contra Costa Water District Dublin, City of Durango, CO, City of East Bay Regional Park District Emeryville, City of Fairfield, City of Goodwill Industries of San Joaquin Valley Gonzales, City of Hayward, City of La Quinta, City of Long Beach, City of Marin Municipal Water District Menlo Park, City of Milpitas, City of Modesto, City of Monterey, City of Morgan Hill, City of Needles, City of Oakland, City of Orange County Fire Authority Orange County Fire Authority -15- Human Resources Director (2 searches) Director, Selection & Classification Administration/Human Resources Director Director of Employee Services Personnel Director Human Resources Director Human Resources Manager Director of Human Resources Administrative Services Manager Human Resources Director Human Resources Director Human Resources Director Personnel Services Manager Human Resources, Manager Risk Manager Finance Director Finance Director Finance Director Finance Director Director of Finance Finance Director Finance Director Director of Finance Finance Director Finance Director Finance Director Finance Director Administrative Services Director Finance Director Controller Finance Director Director of Finance Finance Director/Controller Finance Director Finance Director Finance Director City Treasurer Auditor/Controller Financial Services Manager Finance Director Director of Finance Finance Director Finance Director Finance Director Budget Director Assistant Chief, Business Services Financial Services Manager Orange County Fire Authority Treasurer (2000 and 2004) Oxnard, City of Finance Director Pasadena, City of Controller Pasadena, City of Accounting Manager Porterville, City of Administrative Services Manager Rancho Cordova, City of Assistant Finance Director Reno, NV, City of Finance Director San Diego County Water Authority Investment Analyst San Mateo, City of Finance Director Santa Clarita, City of Finance Manager Santa Cruz, City of Finance Director Seaside, City of Financial Services Manager Steamboat Springs, CO, City of Finance Director Superior Court of Calif./Co. of San Mateo Finance Director Union City, City of Finance Director Ventura, City of Treasury Manager Visalia, City of Finance Director Washington County, OR Finance Director Western Municipal Water District Finance Director Winter Park, CO, City of Finance Director Yorba Linda, City of Finance Director Public Safety/Law Enforcement Alhambra, City of Chief of Police Alhambra, City of Fire Chief Antioch, City of Police Chief Atherton, City of Police Chief Baldwin Park, City of Police Chief Belmont, City of Police Chief Clayton, City of Police Chief Gilroy, City of Fire Chief Hayward, City of Fire Chief Livermore, City of Fire Chief Lone Tree, CO, City of Patrol Operations Commander Los Altos, City of Police Captain Menlo Park, City of Police Chief Milpitas, City of Police Chief Modesto, City of Fire Chief Oceanside, City of Police Captain Porterville, City of Chief of Police Redondo Beach, City of Communications Manager Riverton, WY, City of Police Chief San Rafael, City of Chief of Police Santa Monica, City of Police Chief Vail, CO, Town of Fire Chief West Covina, City of Fire Chief City/County Clerk Alameda County, CA Clerk of the Board -16- Berkeley, City of Dana Point, City of Hayward, City of Oceanside, City of Menlo Park, City of Monterey, City of Mountain View, City of Sacramento, City of San Jose, City of San Luis Obispo, City of San Mateo, City of Santa Cruz, City of Walnut Creek, City of Information Technology Fremont, City of Jefferson County, Golden, CO San Diego County Water Authority -17- City Clerk City Clerk City Clerk Public Information Officer City Clerk City Clerk City Clerk City Clerk City Clerk City Clerk City Clerk City Clerk City Clerk Information Svcs. Tech. Director Information Technology Director Information Systems Manager DATE (MMIDDIYYYY) W PF CERTIFICATE OF LIABILITY INSURANCE 1,27/2012 CERTIFICATE DOES NFICATE IS ISSUED AS A OT AFFIRMATIVELYR OF INFORMATION ORNEGATIVELY AMEND, EXTEND OR ALTER AND CONFERS NO RIGHTS COVERAGE AFFORDED ATE BY THEDER, THIS 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 She CertlfICale holder Is an ADDITIONAL INSURED, the policy(les) 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 time not Confer rights to the WELLS FARGO INSURANCE INC PO BOX 20660 JACKSONVILLE FL 32247 INSURED PHIL NCFJDMY a BONDI C. PECREAN DNA PECICHAN E MCXETNEY PO BOX 7757 TAHOE CITY CA 96145-7757 COVERAGES G@HI11-16AI=NUmocncca•� .....•.-- -- LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT THE POLICIES O IINSURANCE OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, N DC UNITS ILSR TYPE OF INSURANCE POLICY NUMBER M 21000,000 GENERAL UABRITY . EACH OCCURRENCE S A X COMMERCIAL GENERAL LUIBILRY Y ITPASO43455097 6/23/2011 6/]]/]01] PREMISES E nca S 2.000,000 MED EXP we BnOn S 10,000 CLAIMS -MADE aOCCUR PERSONAL S ADV INJURY 5 EXCLUDED GENERAL AGGREGATE $ 4,000,000 PRODUCTS• COMPA]P AGO -S 41000,000 GENL AGGREGATE UNIT APPLIES PER; S 17 POUCY PRO X LOG IN AUTOMOBILE LU181LITY Ee 14 m BODILY INJURY(PWPWrm) S - ANY AUTO BODILY INJURY (PW e,rlGenl) S A�Uf�NED AIJfOSULED f+ROPERTY UM _ 5 NON -OWNED HIRED AUTOS AUTOS 5 EACH OCCURRENCE S UMBRELLA LAs D(xUR S "Call L41B CLAIMS-IMOE AOOREQATE S DER TION VIC SfATLL FRM WOA"Res COMPENSATION E.C. EACH ACCIDENT S ANO FJ@LOYERS' llAelUTY Y� ANY PROPRIETONPARTNERIEXECL fNE El. DISEASE -EA EM0.0YE S OFFICERIMEMBSR E%0.VCEO? NIA IMWIOrIRe W ICI) N yyHH,,Cen10rur4w EA. DISEASE -PODCI LIMN i DEBCRIPTRJN OP OPERA Mbr _ $ a OF OPERATIONS I LOCATION$ I VEHICLES IAtM4N ACORD 101, A6WtlaMl fblwrMr ecM4Mr, RmOn 4pm Is n0Mr44) DESCRIPTION AGENCIES - NO EMPLOYEE LRABLTPG OR TEMPORARY / CERTIFICATE BOLDER IS DESIGNATED AS EMPLOYMENT WITH REGARDS TO GENERAL LIABILITY SUBJECT TO THE POLICY TERNS AND CONDITIONS. ADDITIONAL INSURED CITY OF LA QVINTA TERRY DERRINGER HUMAN RRSOIJRCBS/GRHSRAL SRRVIC P.O. BOX IS04 CALLS TAMPICO, LA go CA CALLS TAMP SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. _—�L reserved. ACORD 25 (2010105) The ACORO name and logo are registered marks of ACORD Page 2 of 4 2'd SOTLLLL09LS101 SS22-T6£ (9T6) AEINNEINDW '8 WUH>03d:WO8J 60:VT 2TO2-L2-NHt AMICA MUTUAL INSURANCE COMPANY Lincoln, Rhode Island AND ROBERTA C. PECom AMID DEAN J. PECKHAM 6521 CEWrdOOD WAY SACBAMENI'0 CA 95831 WE WILL PROVIDE THE INSURANCE DESCRIBED IN THIS POLICY IN RETURN FOR PAYMENT OF THE PRFMIUM AND SUBJECT TO ALL THE TERMS OF THIS POLICY: 12:01 A.M., STANDAHU II From: JANUARY 1, 2012 To: JANUARY 1. 2013 LIABILITY COVERAGE: $1,000,000 IN EXCESS OF UNDERLYING INSURANCE DEDUCTIBLE: $500 LIABILITY COVERAGE PREMIUM: $140.00 ne ru,c enCM REQUIRED MINIMUM LIMITS FOR UNUMLTIMU ^^. --•-- -" "" "--"'-' ---- -- - THESE DECLARATIONS TOGETHER WITH POLICY JACKET AND ENDORSEMENTS, IF ANY, COMPLETE THE ABOVE NUMBERED POLICY. DESCRIPTION A.AUTO LIABILITY B.PERSONAL LIABILITY C.WATERCRAPT LIABI= SCHEDULE OF UNDERLYING INSURANCE LIMITS OF INSURANCE $500,000 EACH ACCIDENT FORM AND ENDORSEMENTS MADE PART OF THIS POLICY AT TIME OF ISSUE: DL 98 01 06 98 PERSONAL UMBRELLA LIABILITY POLICY PU 00 01 03 03 AMENDMENT OF POLICY PROVISIONS This policy shall not he valid unless countersigned by /our authorized agent or representative. Countersigned by......YM.S�t`...r ••'......... Authorized Representative 2'd T0TLLL109LT:01 SS22-T6£ (9T6) A31,11,13NOW T Wdi-IN03d:1,106A 60:t7T 2TO2-L2-NHf JAN-13-2012 10:32 AMICA INSUKANGt; -' --- -- AMENDED DECLARATIONS Pggg 1 of 3 in con*twatkm of A RIMW premium of $362.51 we aUrea that the pc iav dedaratietm IIre chvQod as follows: CBANC'.£ USE ) tr ahea m and t«+wno van of f!oliov No.. 930104-2 M Change art EtmetNe JANUARY 1, 2012 Iab b.a,.» a 1„ed by the, Atttiee muNel insurance CotnpanY NAMED INSURED AND ADDRESS POLICY PERIOD: 12.01 A.M.. STANDARD TIME From: JANU1. 2012 ROM= C. FEM M AM DFN J. pBMWAM To: JANUAiOi 1. 2013 6521 CH9 WOM WAY SACRAMMM CA 95831 2003 ACURA M- TOWv IG 1 2EM1878313503204 AMIAL rn : 18,000 uss: sysamss 20D3 VOLKSWAt,T'1,i PASSAT GLR V6 2 MOTICA'180N WVW1H63B93P191659 ANNUAL MIIUM' 15,558 USE: CXYam 65 MIIFS 5 HAYS PER Wm 1981 ALFA RCMEOD SPIDER VEI.00E 3 3PT CM 2ARRA5417B1012462 ANNUAL MIIEAGB: 2,000 USE. PLEASURE Tna a,atlat ar aab,bt down ea a mn jjQj b WWWlpae9 90ard in dw abm Wdnar miaw abbd. RATES ARE BASED ON THE FOLLOWING HOUSEHOLD DRIVERS AND THEIR USE OF THE INSURED AUTOS t ROBERSA C. PEciam A3551364 951 951 20 2 DEAN J. PBCKMM A4620248 5 5 80 3 4 6 6 Total 100i 100i100 111 25 59 P M 11 79 0 0 YES 2 30 07 57 M M 10 73 1 1 NO 3 4 S 8 b'd T0TLLLL09LT:01 SS22-T6£ (9T6) A3NNEINDW T WUHA33d:W0dJ OT:t7T 2TO2-L2-NHf BAN-13-2012 10:33 AM1CA 1dSMANUN (Ur roa 09016 r.Uvo Page 2 of 3 CONTINUATION OF AMENDED DECLARATIONS FOR PERSONAL AUTO POLICY NO. 930104-2= 04 NAMED INSURED AND ADDRESS ROBWA C. momAND DEAN J. PBMG M 4521 C&rrW00D WAY SAM MWM CA 95831 Kv 0 t OM8 ITITarol m KI m WIT67fro D. DAMAGE TO YOUR AUTO (ACV moms Actual Cash Value) 1. Ciallillion Lba WaLt ACVmin"dedvvtlWe!pJ it2. Other Than Callisixin.....ACVmInus �M deductible of �.// •.h 1: 7:// OPTIONAL TRANSPORTATIONa �- •' •y •! •!9/ « to s• 973. •• .7:A/ '• N y':;1 • . es u. 6 _.tV- S'd TOT121L09LT:01 SS22-T6£ C9T6) A3NNEINOW T WHHDI03d:W0dA OT:i7T 2T02-L2-Ntif JAN-13-2012 10:33 AMICA INSURANCE MY Ybb U40Z I•.UU4 PaOe 3 Of 3 CONTINUATION OF AMENDED DECLARATIONS FOR PERSONAL AUTO POLICY NO, NAMED INSURED AND ADDRESS ROBERTA C. FE2EAM AND DEAN J. PEC1tiIAM 6521 C ETWOOD WAY SACRAME2M CA 95831 •• D, •.r. rr •• •r. . • r r AIM • s I•r 7a I+ • • • I I ro Ir •• r• J •.r a u•. 7a IS14 1 930104-21N,Y 04 Thb paYry and n h. vase Wdaft • uNprd by ow Ndwrime qwa w r•o.Wrlddva.`. bY.......... . .. . . ........... Aw"Awd ltgwoW&W" 9'd TOTLLLL09LT:01 SS22-T6£ C9T6) A3NN3>3W 8 WdHNO3d:W0HJ 01:t7T 2TO2-L2-NUf POLICY NUMBER:PASO43455097 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 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 TERRY DEERINGER HUMAN RESOURCES/GENERAL SERVICES P.O. BOX 1504 CALLE TAMPICO LA QUINTAI CA 92253 A. B. SCHEDULE Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organiza on(s) shown in the Schedule, but my with respect to liability for "bodily injury", "property y 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 insureds) at the location(s) desig- nated above. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: CG 2010 07 04 This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished In connection with such work, on the project (other than service, mainte- nance or repairs) to be performed by or on behalf of the additional insureds) at the loca- tion of the covered operations has been com- pleted; 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 r engaged nhperforming or or operationsntrac- for a principal as a part of the same project. Copyright, ISO Properties, Inc., 2004 Page 1 of 2 UNIFORM 2'd TOTLLLL09LT 01 SS22-T6£ C9T6) 1,3NN3)19W T WtiH)19Hd:W dzl ST:bT 2T02-0£-NUE WORKERS' COMPENSATION WAIVER IF CONSULTANT/CONTRACTOR DOES NOT HAVE ANY EMPLOYEES AND DOES NOT WISH TO COVER THEMSELVES FOR WORKERS' COMPENSATION, THE CONSULTANT/CONTRACTOR SHALL SIGN THE FOLLOWING STATEMENT, AS WELL AS THE CONTRACT ITSELF, TO EFFECT A FULLY INITIATED CONTRACT: I, AS DESIGNATED CONSULTANT/CONTRACTOR, DO NOT HAVE, NOR INTEND TO HAVE, FOR THE FULL TERM OF THIS CONTRACT ANY EMPLOYEES, FURTHERMORE, I DO NOT WISH TO OBTAIN OR BE COVERED UNDER ANY WORKERS' COMPENSATION INSURANCE COVERAGE; AND, THEREFORE, AM SIGNING THIS WAIVER IN LIEU OF PROVIDING WORKERS' COMPENSATION, AS OUTLINED IN THE INSURANCE REQUIREMENTS OF THE CONTRACT. Signature: Date: BUSINESS NAME: �c� m �"" £'d TOTLLLL09)-T:ol SS22-T6£ C9T6) ),aNN3NOW 2 WUHN038:W0W ST:tT 2T02-0£-NUf