Loading...
HomeMy WebLinkAbout1999-07-20; City Council; 15321; Accept Proposal For Telephone System Maintenance-9 4 Cl- OF CARLSBAD - AGEVA BILL A0 # w3u TITLE: MTG.-aO- 4 9 - ACCEPTANCE OF PROPOSAL FOR TELEPHONE SYSTEM MAINTENANCE DEPT. x= CITY MGR. & ia > D RECOMMENDED ACTION: Adopt Resolution No. 4 9 -263 approving an agreement with NEC Business Network Solutions, Inc., for the maintenance ofihe City’s telephone system. ITEM EXPLANATION A Request For Proposals was previously sent out to add a telephone switch in the new Library and in the Faraday building, as well as to upgrade other equipment in the city’s telephone network. Included in that RFP was the issue of maintenance of the city’s telephone network. At the meeting of June 1, 1999, Council adopted Resolution No. 99-196, accepting the portion of the proposal from NEC Business Network Solutions, Inc. for the purchase of equipment and labor to upgrade the City’s system. The maintenance portion of the proposal was specifically excluded at that time since a separate agreement was needed. That maintenance agreement has now been prepared and is attached for Council review. It incorporates the remaining portions of NEC’s proposal which pertain to the maintenance of the system. The maintenance covers the entire network and is effective August 1, 1999, and may be renewed four additional times if performance is satisfactory. When that is added to the year warranty they will be providing on the new equipment they are installing, there is the potential that NEC will be providing maintenance to the city for a total of six years. FISCAL IMPACT: The cost for the first year’s maintenance is $51,684.47. Funds are available in the Information Systems Department budget. As new equipment is installed, we will then receive a one-year warranty on all new equipment. Following the equipment warranty, the maintenance charges are as follows: Total Year 2 Maint. $29,613.15 Total Year 3 Maint. $31,093.82 Total Year 4 Maint. $32,648.50 Total Year 5 Maint. $44,388.11 EXHIBITS 1. Resolution No. q? -26 3 approving the agreement with NEC Business Network Solutions, Inc. for maintenance of the city’s telephone system. 2. Agreement with NEC Business Network Solutions, Inc. for maintenance of the city’s telephone system. . : : 1 I . f i I E 1c 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 - - RESOLUTION NO. 99-263 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, APPROVING AN AGREEMENT WITH NEC BUSINESS NETWORK SOLUTIONS, INC. FOR TELEPHONE SYSTEM MAINTENANCE. WHEREAS, the City of Carlsbad requires maintenance of it’s telephone system; and WHEREAS, proper procedures have resulted in the receipt of proposals from qualified vendors; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad as follows: 1. The above recitations are true and correct. 2. The agreement with NEC Business Network Solutions, Inc. providing for the maintenance of the city’s telephone system, which incorporates the maintenance portion of their proposal, is hereby approved and the Mayor is authorized to execute said agreement. PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Council of the City of Carlsbad held on the 20th day of JULY , 1999, by the following vote to wit: AYES: Lewis, Hall, Finnila, Nygaard, Kulchin NOES: None ABSENT: None ATTEST: &&.A&!~ ALETHA L. RAUTENKRANZ, City Cler$ (SEAL) - h AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into as of the 20 th day of July 3-g I by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and NEC BUSINESS NETWORK SOLUTIONS, INC., (“NEC”), hereinafter referred to as “Contractor.” RECITALS City requires the services of a telephone maintenance contractor to provide the necessary telephone system maintenance services, and Contractor possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS The maintenance portions of Contractor’s response to the City’s Request For Proposal for the upgrade of City’s telephone system dated April 26, 1999, on file with the City Clerk, are incorporated in this agreement and constitute the Contractor’s obligation herein. Maintenance Services: Contractor shall, during the contracted period, furnish all parts and service necessary to maintain the System in good working order. Contractor shall dispatch service personnel to the Premises to perform necessary repairs, unless Contractor is -I- rev. 2/26/99 able to perform the repairs from a remote location. Contractor shall also conduct remote diagnostic testing, when applicable. Any replacement parts may be either new or refurbished but equivalent to new in operation. Parts will be furnished on an exchange basis, and any parts removed shall become the property of Contractor. Contractor shall provide a dedicated part-time on-site technician to the City for a period of 10 hours a week. City may schedule those 10 hours per week in any manner (acceptable to Contractor) to best meet City needs. The 10 hours per week may be used at the City’s discretion for service or moves, adds, and changes. The IO hours per week, if not used, shall be lost, and does not accumulate. When Phase I of the upgrade project is “cut”, all moves, adds and changes for the Phase I project will be covered; however, moves, adds and changes for the remainder of the network will be charged. As each phase of the upgrade project is “cut”, it will be incorporated into the covered charges for moves, add and changes. When the last Phase of the project is “cut”, then the service will cover the entire City network. The service will be provided to City at no charge for the life of the maintenance agreement. ResDonse Time: When on-site repairs are necessary, Contractor shall respond during Contractor’s service hours within 24 hours (excluding weekends and holidays) of Contractor’s receipt of Customer’s service request. The service hours for Contractor to provide routine maintenance and/or repair service for the System will be between the hours of 8 AM and 5 PM prevailing local time, Monday through Friday, excluding days observed by Contractor as holidays. However, in case of major System failure, Contractor shall -2- rev. 2/26/99 respond within 4 hours of Contractor’s receipt of Customers service request. Service hours in case of a major System failure shall be 24 hours a day, 7 days a week. The response time will be the elapsed time between Contractor’s receipt of Customer’s service request and the arrival of Contractor’s service personnel at the site. As used above, “major System failure” means: (1) A general inability of the System to receive incoming or originate outgoing calls. (2) A majority of either the Central Office trunks or ‘Tie” trunks are inoperative. (3) More than 25% of either the stations or terminals are inoperative. Non-Covered Service: Contractor will attempt to respond to all requests for service. If service is required outside Contractors service hours, labor for such non-covered service calls will be chargeable to Customer in accordance with Contractor’s local prevailing hourly labor rates. However, parts and other material costs will be covered even for after-hours service under this Agreement, unless excluded as follows: (a) This Agreement will not cover repair work in replacement of battery back-up or expendable items such as headsets, paper, diskettes, and printer ribbons. This Agreement also will not cover service required when due to: (i) Customer’s unauthorized maintenance or repair of the Equipment, (ii) Customer’s unauthorized add, move, or changes to the Equipment, (iii) negligence, (iv) abuse, (v) connection to inappropriate power supplies, (vi) fire, flood, wind, lightning, or other similar acts of God, (vii) failure of Customer to maintain proper environmental conditions for the System (as stated in (b) below), (viii) improper wiring, installation, repair, or alteration of the -3- rev. 2/26/99 Equipment by anyone other than Contractor or its agents, (ix) software changes or attempted software changes in the System by persons not authorized by Contractor, or (x) data base reprogramming required because of Customer error of any kind. If requested by Customer, repairs necessitated by any of the above excluded causes shall be performed by Contractor at Contractor’s prevailing local rates for such services and/or materials. 2. CITY OBLIGATIONS The City shall allow employees of the Contractor reasonable access to the service addresses at hours consistent with the requirements of service. The City is responsible for maintaining suitable environmental conditions for the System. Suitable conditions shall include, but not limited to, the provision of proper electrical power, air conditioning, and humidity control, and other environmental requirements. 3. PROGRESS AND COMPLETION The work under this contract will begin August 1, 1999. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed for the first year of maintenance shall be $51,684.47. The breakdown of the fees, per site, for five years, is shown on attached Exhibit “A”. If, during any one year, City adds equipment to its network, City and contractor will determine the appropriate level of fee increase for contract amendments, which may be approved by the City Manager, as part of the amendment to the Scope of Work. -4- rev. 2/26/99 5. DURATION OF CONTRACT This agreement shall extend for a period of one year from the date of acceptance of the final phase of the telephone system upgrade. The contract may be extended by the City Manager for four (4) additional one (1) year periods or parts thereof, based upon a review of satisfactory parties shall prepare extensions in writing extended contract, and fee. performance and the City’s needs. The indicating effective date, length of the 6. PAYMENT OF FEES Payment of approved items on the invoices shall be mailed to the Contractor within 30 days of receipt of invoice. 7. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. -5- rev. 2/26/99 - 8. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the 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, the City shall 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 such fee, commission, percentage, brokerage fees, gift, or contingent fee. 9. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 10. TERMINATION OF CONTRACT This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. -6- rev. 2/26/99 11. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, 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 the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any City project for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. * “‘(Initial) sp The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, and 3.32.028 pertaining to false claims are incorporated herein by reference. -7- rev. 2/26/99 12. JURISDICTION The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 13. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent contractor and in pursuit of Contractor’s independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or its employees or subcontractors. The City shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this -8- rev. 2/26/99 agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 14. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all final reports to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. Contractor agrees to allow City or its designated representative to monitor, audit, review, and examine the methods, procedures, and results of Contractor. 15. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for its records. 16. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. -9- rev. 2/26/99 17. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City of Carlsbad. Contractor shall at its own expense, upon written request by the City, defend any such suit or action brought against the City, its officers, officials, employees and volunteers. Contractor’s indemnification of City shall not be limited by any prior or subsequent declaration by the contractor. 18. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City; except that Contractor may assign this contract to a parent or wholly-owned subsidiary company of Contractor without City’s consent. 19. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor’s subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of -lO- rev. 2/26/99 persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 20. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 21. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 22. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties -ll- rev. 2/26/99 hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 23. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 24. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 25. INSURANCE The Contractor shall obtain and maintain for the duration of the contract 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 work hereunder by the contractor, its agents, representatives, employees or subcontractors. Said insurance shall 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-Y” and shall meet the City’s policy for insurance as stated in Resolution No. 91-403. -12- rev. 2/26/99 A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for contractor’s work for the City). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 3. Workers’ Compensation and Employer’s Liability. Workers’ Compensation limits as required by the Labor Code of the State of California and Employer’s Liability limits of $1 ,OOO,OOO per accident for bodily injury. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies excluding Workers’ Compensation. 2. The contractor shall furnish certificates of insurance to the City before commencement of work. -13- rev. 2/26/99 3. The contractor shall obtain occurrence coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the contractor or deduct the amount paid from any sums due the contractor under this agreement. 26. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: Title: Information Svstems Director Name: Lee Rauten kranz Address: 1200 Carlsbad Villaoe Drive Carlsbad. CA 92008 For Contractor: Title AREA OPERATIONS MANAGER. Name FRANK 0. ALOISI Address 7540 METROPOLITAN DRIVE SUITE 112 SAN DIEGO, CA 92108 -14- rev. 2/26/99 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this 2 1 sr (print name/title) I City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: -15- rev. 2/26/99 State of L!&i Go /2&i A County ofh A tm%es > On t% 31, 1477 before me, DATE ‘ t NAME, TITLE OF OFFICER. E.G., *JANE DOE, NOTARY PUBLIC persplly appeared 0&3ar 5 ti%iss NAME(S) OF SIGNER(S) vpersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- CAPACITY CLAIMED BY SIGNER z:::::&&& OFFICER(S) ~~I OR , f TITLE(S) 0 PARTNER(S) 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 SUBSCRIBING WITNESS 0 GUARDIAN/CONSERVATOR knowledged to me that he/she/they executed 0 OTHER: the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) SIGNER IS REPRESENTING: acted, executed the instrument. NAME OF PE SON(S) OR EMlTY(IES) Witness my hand and official seal. fit l!%.45IE-)6S &k&w. 5oLLatorls ZJc J SIGNATURiF NOTARY ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages 1 to Date of Document z/ZCe/q‘? DESCRIBED AT RIGHT: Signer(s) Other Than Named Above GLclJ3 3% yt\@& r 5&h CR J\ P &I 1991 NATIONAL NOTARY ASSOCIATION * 8’236 Remmet Ave. * P.O. 60x 7194 * Canoga Park. CA 91304-711 -HIS CEFITIFICATE IS ISSUED AS A MAlTER OF INFORMATION r)NLY AN D CONFERS NO RIGHTS UPON THE CERTIFICATE HOLr-- utn. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTEn I nc ~VVI -- -I’- --“ERAGE AFFORDED BY THE POLiClES BELOW. COMPANIES AFFORDING COVERAGE “RODlJCER J&H MARSH 8 McLENNAN, INC. 1166 AVENUE OF THE AMERICAS NEW YORK, NY 10036 33476-NEC WEST NSURED NEC BUSINESS NETWORKS SOLUTIONS INC Cl0 NEC AMERICA, INC. 6 CORPORATE CENTER DRIVE MELVILLE, NY 11747 COMPANY A SUMITOMO MARINE & FIRE INS. CO. LTD COMPANY B FEDERAL INSURANCE CO. COMPANY C COMPANY D I . . . . . . . . . . ./ ~~~~~~lii~~~~~~~:~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ .:. _, .._. . . . .,. THIS IS TO CERTIFY THAT THE POilClES tiF INSUfiANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY 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, MCU.USlONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I 1 I I co .TR I TYPE OF INSURANCE OWNER’S &CONTRACTOR’S PRO’ A ~HOSlLE LIASIUTY B u ANYAUTO POUCY NUMBER GL2000022 BVR 8000052 AOS POLICY EFFECTlVE POLICY EXPIRATION DATE (MM/DD/W) DATE (MM/DDiYY) LIMITS GENERAL AGGAEGATE S 1,000,001 PRODUCTS - COMP/OP AGG $ 1,000,001 4/1199 4/l/00 PERSONAL B ADV INJURY $ 1.000.00~ EACH OCCUARENCE $ 1,000,001 FIRE DAMAGE (Any one fire) 0 250,OOl MED EXP (Any one person) b 5,oot 4/l/99 4/1100 COMBINED SINGLE UMIT 16 1,000,001 AU OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS H ANY AUTO OTHER l-HAN UMBRELLA FORM L >ESCRIPTlON OF OPERANONS/LOCATlONS~ BVR 8302077 VA BVT 8000010 l-X BVM 8200006 MA BVR 8302018 HI 713741-12 PR ~e]l10UF4Y 0 BODILY INJURY (Per accident) s PROPERTY DAMAGE s AUTO ONLY _ EA ACCIDENT B 4/1100 UMB 5000098 4Hl99 1s WCR 930200 1 (AOS) 411199 4/1100 x STATUTORY LIMITS 98 71633-22-28 (ME) 4/l/99 411 too EACH ACCIDENT b 1,000.00( DISEASE - POUCY LIMIT $ 1,000,00( DISEASE - EACH EMPLOYEE 8 1,000,00~ +lCLES/SPECIAL ITEMS (LIMITS MAY BE SUBJECT TO RETENTIONS) THE CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DR. CARLSBAD,CA 92098-1989 SHOULD ANY OF THE ABOVE DESCRISED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUINQ COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OSLIQATION OR UABIUN ATT: LEE RAUTENJKRANZ, INFORMATION SYSTEMS DIRECTOR MELISSA E. SHEEHAN .: . . . . . . . . . . . . . . . . . . . .- . . . . . . . ..A J... . . . . . . . . . . . . . . . . . . ., ..,: ..:.. :...:, >: . . . . . . . . ..:. :.: . . . . . . . . . . . . ::. .:.: . . .:.:.:. .: ?..:.:. :... :::. .: . . . . . . . j: i:...:.:. j:.: ii .:.;:<,:.. : :,: :::.:..::::::::.:,i g!gy?Jg!$$&g~j ;~;s”‘i:i~;, i~ii:i.Q:iii::~~-i~.;‘:l.‘i:~: ):.y i;‘,.$?:’ ;.;:;;, ;. ::“’ ;-iii:~:-~;:i~lI~i:;:: ;: . . ..A . . .:. A.. . . . . . . . . . . . . . . D 0 D D 0 D 3 I I 1 1 1 :.::: @.: July 27, 1999 NEC Business Network Solutions, Inc. Frank Aloisi, Area Operations Manager 7540 Metropolitan Dr., Suite 112 San Diego, CA 92108 I TELEPHONE SYSTEM MAlNTENANCE AGREEMENT I Enclosed for your reference are copies of Carlsbad City Council Agenda Bill No. 15,321 and Resolution No. 99-263 These documents went before the Carlsbad City Council on July 20, 999, where the enclosed Resolution was adopted, approving the agreement referenced above. Also enclosed is a copy of the fully executed agreement. If you have questions concerning the agreement, please call Lee Rautenkranz, Information Systems Director, at (760) 434-2809. Kathleen D. Shoup Sr. Office Specialist 1200 Carlsbad Village Drive l Carlsbad, CA 92008-1989 - (760) 434-2808 @