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