Loading...
HomeMy WebLinkAboutRolta International Inc; 2009-12-02;AGREEMENT FOR WEB MAPPING APPLICATION SUPPORT AND MAINTENANCE SERVICES Rolta International, Inc. y-y^^t~,„ THIS AGREEMENT is made and entered into as of the ^ day of ^£^^A^_J 2009, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and ROLTA INTERNATIONAL, INC. the United States subsidiary of ROLTA INDIA LIMITED, with its principal place of business located at 5865 North Point Parkway, Third Floor, Alpharetta, GA 30022, (hereinafter referred to as "Contractor"). RECITALS A. City requires the professional services of a firm experienced in the maintenance and enhancement of City's existing OnPoint web mapping applications. B. Contractor has the necessary experience in providing professional services and advice related to maintaining and enhancing City's OnPoint web mapping applications. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one year from the date first above written. The City Manager may amend the Agreement to extend it for two additional one year periods or parts thereof in an amount not to exceed thirty-thousand dollars ($30,000) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. City Attorney Approved Version #05.06.08 4. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be thirty-thousand dollars ($30,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the performanceof Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the performance of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials and employees from and against all claim for personal injury or personal property damages City Attorney Approved Version #05.06.08 caused by any negligence, recklessness, or willful misconduct of the Contractor, or anyone directly employed by Contractor who is acting within the scope of his employment and is performing the Services described in Exhibit A. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VN". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. City Attorney Approved Version #05.06.08 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to invoices submitted under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents, excluding costs data, created pursuant to this Agreement. Contractor will allow inspection of all work, data, City Attorney Approved Version #05.06.08 documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: Name: Karl von Schlieder Title: GIS Manager Department: Information Technology City of Carlsbad Address: 1635 Faraday Ave. Carlsbad CA 92008-7314 Phone No.: 760-602-2434 For Contractor: Name: Correggio L. Peagler Sr. Title: Executive Vice President - North America GIS Address: 5865 North Point Parkway, Third Floor Alpharetta, GA 30022 Phone No. 678-942-5000 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that except for the business relationship created by this Agreement and income derived from the fees and expenses that shall be paid by City pursuant to this Agreement, neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or City Attorney Approved Version #05.06.08 income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that provide the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be the final decision for internal resolution among the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version #05.06.08 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must first be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor City Attorney Approved Version #05.06.08 acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. LIMITATIONS OF LIABILITIES AND REMEDIES IN NO EVENT SHALL CONTRACTOR'S LIABILITY ARISING OUT OF OR BASED UPON THIS AGREEMENT OR THE PROVISION OF SERVICES EXCEED ONE AND ONE-HALF TIMES THE CHARGES PAID BY CLIENT TO CONTRACTOR FOR THE PARTICULAR SERVICES OUT OF WHICH SUCH LIABILITY IS CLAIMED TO ARISE, REGARDLESS OF THE FORM IN WHICH ANY LEGAL OR EQUITABLE ACTION MAY BE BROUGHT, INCLUDING WITHOUT LIMITATION ANY ACTION IN TORT OR CONTRACT. UNDER NO CIRCUMSTANCES SHALL EITHER PARTY BE RESPONSIBLE FOR LOSS OF BUSINESS, PROFITS, SAVINGS, OR DATA, OR ECONOMIC, INCIDENTAL, INDIRECT, CONSEQUENTIAL, PUNITIVE, OR SPECIAL DAMAGES, EVEN IF SUCH PARTY HAS BEEN ADVISED OF THE LIKELIHOOD OF SAME OR IF THE SAME ARE FORESEEABLE. Without limiting the generality of the foregoing provisions in this Section 26: (i) City shall be solely responsible for the backup of its data and the creation and preservation of any and all records and information necessary for the conduct of its business or operations or required for compliance with its legal obligations; and (ii) Contractor shall have no liability hereunder with respect to any third party components, whether procured through Contractor or from another vendor, or with respect to any loss, damage or delay resulting from the failure of any third party components to perform in accordance with the specifications or expectations of City or of the original developer or supplier. City Attorney Approved Version #05.06.08 8 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. R CITY OF CARLSBAD, a municipal corporation of the State of California (sign here) Correggio L. Peagler. Sr.. Executive Vice President (print name/title) reggie.peagler@roltaus.com (e-mail address) "By: City Manager er Mayor ATTEST: (sign here/ City Clerk Mark Woelke. Senior Vice President. International Finance and HR (print name/title) mark.woelke@roltaus.com (e-mail address) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officers) signing to bind the corporation. APPROVED AS TO FORM: LORENCOLVINNotary Public. Georgia Cobb CountyMy Commission Expires February 10, 2013 \\ 9 City Attorney Approved Version #05.06.08 I 09 EXHIBIT "A" SCOPE OF SERVICES The contractor will provide the following services related to Orion's OnPoint software implementation at the City on an as-needed basis. Hourly rate for consulting services via telephone and internet access: $150.00. Work Tasks Specific tasks will be assigned by the City of Carlsbad GIS Manager. The general nature of the work assignments will be: 1. Provide technical support (over and above that technical support made available to the City under a separate software support agreement) to City GIS and IT staff to maintain service levels for the various OnPoint map services being run by the City. 2. Evaluate, recommend and make enhancements and/or customizations to existing OnPoint map services running within the City of Carlsbad. 3. Create new map services as specified by the City. 4. Assist the City on an as-needed basis to implement the City's OnPoint software. City Attorney Approved Version #05.06.08 10 Time Date 7:45:34AM 11/3/2009 City of Carlsbad Account Details Read-Only Report Page 1 Account Number Business Name 1226811 ROLTA INTERNATIONAL, INC. Business Address 5865 N POINT PKWY ALPHARETTA, GA 30022-1113 Business Phone (678)942-5000 SIC 7371 Computer Programming Servi Mailing Address 5865 N POINT PKWY ALPHARETTA, GA 30022-1113 Status LICENSED Current Balance License Frequency A Business Type Business type not available Business Subtype OS Contractor Number Location Code 0 PARCEL EMPLOYEES Extra 1 0 Extra 2 0 Expiration Date 7/31/2010 License Issued Da 10/29/2009 Start Date 8/1/2008 Cease Date Contact Code Owner 01 Contact Code C1 Corp. Officer Contact Code C1 Corp. Officer Contact Code C1 Corp. Officer Contact Code EC Emergency Contact Contact Name ROLTA INTERNATIONAL, INC. Contact Address 5865 N POINT PKWY ALPHARETTA, GA 30022-1113 Contact Name EAZZETTA, BEN Contact Address 5865 N POINT PKWY ALPHARETTA, GA 30022-1113 Contact Name WOELKE, MARK Contact Address 5865 N POINT PKWY ALPHARETTA, GA 30022-1113 Contact Name SCHERTZ, BLANE Contact Address 5865 N POINT PKWY ALPHARETTA, GA 30022-1113 Contact Name SCHERTZ, BLANE Contact Address Cont Field#1 PHONE Business (678)942-5000 Email RAJEN.JARIWALAlg Cont Field#1 PRESIDENT PHONE Business (678)942-5000 Cont Field#1 SR VP OF FIN PHONE Business (678)942-5000 Cont Field#1 EXEC VP OF £ PHONE Business (678)942-5000 Cont Field#1 PHONE Emergency (678)942-5000 PAYTYPE Check Check CODE 02 POSTDATE 10/22/2009 07/11/2008 ENGINEERING SOFTWARE AMOUNT $52.43 $44.32 Payment History CHECK # NOTES 19135 na 16831 na AND SERVICES NOTES Entered Entered By 7/15/08 10:42 am BBRAN \\fdfps02\Apps\cityapps\LicenseTrack\LT2000\reports\acdetailsro4.rpt Modified-05/11/2009 fcjSd-|F&T£&F!MStt _ " . ypet Date(vy/mm/dd) September 22, 2009 Broker: This Certificate is issued as a matter of information only and confers no rights upon the certificate Jones DesLauriers Ins Mgmt Inc holder. This certificate does not amend, extend or alter the coverage afforded by the policies below. 2150 Islington Avenue Ste. 400 Toronto ON M9P 3V4 Insured: Orion Technology 80 Whitehall Drive, Suite 3 Markham ONL3ROP3 COMPANIES AFFORDING COVERAGE Company A Company B Company C Company D Certain Underwriters at Lloyds Contract Number 08CPBA767 ggggg^HUgi^, - -—-—!-—„ r.. _J- ^ _ — fe _____ — _ This is to certify that the policies of insurance listed below have been issued to the insured named above for the policy period indicated, notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions of such policies exclusions and conditions of such policies. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS COLTR A A Type of Insurance Commercial General Liability Or: T--S , Claims Made _g»T " Occurrence *.,~ ICSfc^. cr Other Errors & - Omissions - (Limited World U ' Wide coverage , ,.- _. territory _r~s3 including — ^ USJ\)\..c C:": D Policy Number 7670055 7670055 Policy Effective Date (yy/mm/dd) 08/04/16 08/04/16 Policy expiration Date (yy/mm/dd) 09/04/16 09/04/16 Limits Bodily injury and Property damage Inclusive limits Products/completed Operations- aggregate Non-owned Automobile General Aggregate Tenants Legal Liability Occurrence/ Aggregate Limit $5,000,000 $5,000,000 $1,000,000 $5,000,000 $ $5,000,000 Description of Operations/ Locations / Automobiles / Special Conditions Note: Limits are Stated in Canadian dollars Proof of Insurance: City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 U.S.A. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavour to mail (30) days written notice to the certificate holder named to the left, but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives. Jones DEsLauriers Jnsurance Manayejrinit inc. wsib 9/18/2009 3:23:11 PM PAGE 1/001 Fax Server "•:"-200 Front Street West Toronto ON M5V3J1 Telephone: (416)344-1012 CSMKT CONTRACTOR L'ENTREPRENEUR ROLTA CANADA LIMITED #3-80 WHITEWALL DR MARKHAM L3R OP3 ON Certificate of Clearance Certificate de decharge The Workplace Safety and Insurance Board (WSIB) hereby waives its rights under Section 141 of the Workplace Safety and Insurance Act to hold the Principal, that is in a contractual agreement with the Contractor named, liable for any Section 141 liability of the Contractor for premiums and levies of the WSIB owing now or within 60 days from the date of this Certificate. Par la presente, la Commission de la securite professionnelle et de /'assurance centre les accidents du travail (CSPAAT) renonce aux droits qui lui sont conferes en vertu de /'article 141 tie la Loi sur la securite professionnette et /'assurance contre les accidents du travail et qui Fautorisent a tenir /'entrepreneur principal, qui a signe une entente contractuelle avec /'entrepreneur dont le nom figure sur le present certificat, responsable du paiement de toute prime ou de toute somme que /'entrepreneur est tenu de verser a la CSPAAT immediatement ou dans les 60 jours suivant la date indiquee sur ce certiticat. CITY OF KARLSBAD WSIBcafwf Account No / W de compte 1595485 Firm No.//V d'entreprise 742258 Valid only when signed by an authorized Officer at the WSIB. Non va/ida sans la signature d'un agent autoris6 de la CSPAAJ. Rale/faux 7721001 Description SOFTWARE DEV/COMPU RaieJTaux Description Contract Description/ Description du contrat Certificate No. / N° da certificat 203776663 Contact the WSIB if you question the validity of this document. Veuillez commun/queravec la CSPAATsi vous doutez de la validilo du present document. 9054744486 0190C (07/08) City of Carlsbad PURCHASE ORDER STATUS As of 11/3/2009 PO# PR# R31929 Vendor: V017361 Addr: BA PURCHASE REQUISITION INFORMATION ROLTA INTERNATIONAL INC 5865 NORTH POINT PARKWAY, 3RD FLOOR Requisition Ph: OF (678) 942 - 5022 ALPHARETTA, GA 30022 Contract: Ship To: |j Bill To: Acct #: Requested: 11/03/2009 KARL VON SCHLIEDER Entry: 1 1/03/2009 MBREN Printed: Approved: Req. Codes: I II II II I FAA ITEMS | Item Qty Unit 0001 1.00 EA Unit Price Key Obj JLKey JLObj Taxi Tax2 Charges 30,000.00 6401710 7490 0.00 0.00 0.00 Disc Extended F/A Print Delete 0.00 30,000.00 N 01 PER AGREEMENT FOR WEB MAPPING APPLICATION AND 02 MAINTENANCE SERVICES ENCUMBRANCE SUMMARY ORG KEY OBJECT AMOUNT ENCUMBERED