Loading...
HomeMy WebLinkAbout2001-11-06; City Council; Resolution 2001-3291 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 2o01-329 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD AUTHORIZING THE EXECUTION OF AN AGREEMENT AND APPROPRIATION OF FUNDS. WHEREAS, the City of Carlsbad requires a Request for Services System to improve the current handling of citizen requests for service, and; WHEREAS, proper bidding procedures have resulted in the receipt of proposals from qualified vendors; NOW, THEREFORE, BE IT HEREBY RESOLVED by the City Council of the City of Carlsbad as follows: 1) 2) The proposal of JPHI America Inc. is hereby accepted. The Mayor of the City of Carlsbad is hereby authorized and directed to execute a contract for purchase and installation of the system, a copy of which is attached hereto, for and on behalf of the City of Carlsbad. 3) 4) Funds are available for purchase and installation of the Request for Services System in the Information Technology Software account and are hereby appropriated. The Purchasing Officer is hereby authorized and directed to issue a purchase order for the Request for Services System. PASSED, APPROVED AND ADOPTED at a regular meeting of the City Council of the City of Carlsbad, California, held on the 6th day of NOVEMBER , 2001, by the following vote, to wit: AYES: Council Members Lewis, Kulchin, Finnila, Nygaard,al NOES: None ABSENT: None ATTEST: KAREN R. KUNDTZ, Assistant City Clerk AGREEMENT THIS AGREEMENT is made and entered into as of the day of 14 TQ -/wdmGmF , 2001, by and between City OF CARLSBAD, a municipal corporation, “City”, and JPHI America Inc., “Contractor.” RECITALS Whereas City desires to procure a Citizen Relationship Management system to automate the City’s current manual Request for Action process; Whereas JPHI America Inc. is qualified and desires to provide the system and perform the ancillary professional services necessary to install, implement and maintain the system; \ NOW, THEREFORE, in consideration of these recitals and the mutual promises contained herein, City and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS A. Contractor will provide the Suite Response Enterprise version 5.3 system, hereafter referred to as “software”. The software includes the following modules: Issue Tracking, Issue Types and Citizen Web Self-Service modules. B. As described in the attached “Exhibit A”, entitled “SCOPE OF SERVICES”, which is incorporated herein by reference, Contractor will provide all design, development, installation, consulting, project management, training, technical and other services necessary for the delivery and implementation of the SuiteResponse System that it is in productive use at the City and Final System Acceptance by the City has occurred on or before 270 days from the date of the Agreement signing. C. Without limiting any of the above, Contractor will perform the tasks and meet the requirements set forth in the Scope of Services (Exhibit A). However, Contractor will not be responsible for tasks specifically assigned to the City in this Agreement or in the Scope of Services. D. Contractor will also provide software maintenance services as described in the attached “Exhibit C”, entitled “SOFTWARE MAINTENANCE AGREEMENT” which is incorporated herein by reference and which shall survive the expiration of this Agreement. 2. CITY OBLIGATIONS City shall be responsible for such information, services, and support described in the attached “Exhibit B”, entitled “CITY’S RESPONSIBILITIES”, which is incorporated herein by reference. ’ 3. PROGRESS AND COMPLETION The parties acknowledge that time is of the essence in having Contractor comply with the completion dates set forth in this Agreement. The work under this Agreement will begin within ten (10) calendar days after Agreement signing and Final System Acceptance made by the City within two hundred seventy 270 calendar days of that date. “Final System Acceptance” means that date in which A) all hardware, software and system components purchased under the terms of this Agreement have been successfully installed, tested and accepted by the City; B) all software modifications have been successfully completed, tested, and accepted by the City; C) all user documentation provided to the City is verified to be complete, accurate and current with the system installed; D) all user and system’s management training has been successfully completed to the satisfaction of the City in general accordance with the Project Plan mutually developed by the Contractor and the City; E) all tasks, sub-tasks, or components thereof that relate either directly or indirectly to this Agreement have been successfully completed; and F) that date upon which the City executes a Final Acceptance Document which states that all terms and conditions of this Agreement have been successfully completed by Contractor to the satisfaction of the City. The Information Technology Director may grant extensions of time if requested by Contractor and agreed to in writing by both parties. The City will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inaction or other agencies’ lack of timely action. When work is completed as identified in Exhibit A, Contractor shall submit to City a written notification listing the tasks completed. After receiving said notification, City shall have ten (10) working days to review the deliverable to ensure that it is working properly in accordance to “Exhibit A” and without failures. If City accepts the Software, a written letter confirming City’s acceptance will be sent to Contractor, and City will entirely reduce the Letter of Credit described in Section 28. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the hardware, software and services to be performed shall not exceed $80,396 (including sales tax). After completion of each deliverable or milestone, as detailed in Exhibit “A”, Contractor will invoice the City for the fees then owing. The City will pay all undisputed invoices according to the payment plan set out in Exhibit “A”., or within thirty (30 ) days of receipt, depending which term takes precedent. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” City may increase the number of user licenses as agreed upon in this Agreement. An increase in the number of user licenses will be reflected by written amendment to this Agreement, pursuant to Paragraph 8 below. As the SuiteResponse Service license purchased is an Enterprise license, the only additional user licensing that may be required is for third party technology. 5. TRAINING Contractor will provide training services in accordance with the Training component of the Project Plan, which will be developed during Phase 1 of the Project as defined in the Scope of Services. The City will have sole and exclusive right to add to or deduct from the total amount of training time provided under this Agreement by giving Contractor written notice no later than twenty-one (21) days prior to the scheduled date for which training is to be provided to the City. Only experienced, qualified Contractor employees will perform the training for this Project. All training must be conducted in a professional manner and must be completed to the satisfaction of the City or Contractor will provide additional follow-up and / or retraining (as determined by the City) will be provided at no additional cost to the City. 6. DURATION OF CONTRACT This Agreement shall extend for a period of one year from date thereof. The Agreement may be extended by City Manager for two additional one (1) year periods or parts thereof. Extensions will be based upon a review of satisfactory performance and City’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended Agreement. 7. PAYMENT OF FEES Payment of approved items on the invoice shall be made in accordance with the terms set out in Exhibit “A” and will be mailed to Contractor when due or within 30 days of receipt of the invoice, depending on which payment terms take precedent. 6. CHANGES IN WORK If, in the course of the Agreement, changes seem merited by Contractor or City, and informal consultations with the other party indicate that a change in the conditions of the Agreement is warranted, Contractor or City may request a change in Agreement. Such changes shall be processed by City in the following manner: A letter outlining the required changes shall be forwarded to 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 City and approved by 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. 9. WARRANTIES The warranties enumerated in this Paragraph 9 shall commence upon City’s acceptance of the software and remain in effect for one year after acceptance or the term of any maintenance agreement signed by the parties, whichever is longer. A breach of any of these warranties by Contractor shall constitute a Material Breach under this Agreement. This Paragraph 9 shall survive the expiration of the Agreement. Warranties: A. Contractor, warrants that: (1) it is a corporation duly incorporated, validly existing, and in good standing under the laws of the state of Delaware and is qualified to do business is the state of California; (2) it has the requisite corporate power and authority to execute, deliver and perform its obligations under this Agreement; (3) the execution, delivery, and performance of this Agreement have been duly authorized by JPHI America Inc. B. Contractor warrants that it owns or otherwise has the right to license the Software to the City and that it possesses all rights and interests in the Software necessary to enter into this Agreement. C. The Software will be free of known viruses, worms and Trojan horses, and any code designed to disable the Software because of the passage of time, alleged failure to make payments due, or otherwise (except for documented security measures such as password expiration functions); D. During the Warranty Period, the Software will perform in conformity with the Specifications and Requirements. “Specifications and Requirements” shall mean: All written or electronic materials relating to the use or function of the software are provided by Contractor to City or generally made available by Contractor, including but not limited to reference, user, installation, systems administration and technical guides and manuals, and functional and technical specifications. Contractor will, at its expense, correct any errors in the software attributable solely to Contractor or their assigned or sub-contracted parties. E. All Documentation is in all material respects complete and accurate and released in a manner consistent with software industry practices, and will enable information technology professionals and other City employees with ordinary skills and experience to utilize the Software for all purposes for which it is being acquired by City. The Documentation will be updated to reflect all releases of the Software and any and all other modifications, enhancements, updates, error corrections, improvements and the like provided by Contractor, and all such updates will be of equal or greater quality to the initial Documentation provided to City and will be delivered to City within thirty (30) days after the release, modifications, enhancements, updates, error corrections or improvements to which the Documentation update applies has been delivered to City. F. The Software shall be general release versions that have been fully tested at Contractor’s site in accordance with industry standards, and are not beta or pre-release versions. G. All work performed by Contractor and/or its subcontractors pursuant to this Agreement shall meet industry accepted standards of excellence, and shall be performed in a professional and workmanlike manner by staff with the necessary skills, experience and knowledge. H. Contractor warrants that, for the Warranty Period and for as long as there is a Maintenance Agreement between the parties, the system will comply with all local, state and federal laws and regulations, If the Software required updating due to a change in a law or regulation affecting the City, Contractor will give its highest priority to implementing changes. I. During the Warranty Period and for as long as there is a Maintenance Agreement between parties, Contractor warrants that it will remedy any failure, malfunction, defect or nonconformity in the System, as follows; (1) Critical Failures: Contractor agrees that it will provide a response time by as many qualified and knowledgeable representatives as necessary within two (2) hours after notification by the City, to remedy a Critical failure, providing the City has paid a Premium Support Standby charge as detailed in Exhibit “A”. The representatives will furnish uninterrupted, continuous efforts to remedy the Critical Failure on a highest priority basis. For purposes of this Agreement, a “Critical Failure” will have occurred if the City has essentially no effective use of a material subsystem or component of the System. (2) Non-Critical failures: Contractor agrees to respond to any request for service due to a malfunction, defect or nonconformity other than a Critical Failure (a “Non- Critical Failure”) as soon as reasonable possible, but no later than four (4) hours after receipt of notification and request by the City within normal Contractor working hours. Contractor agrees that it will provide a response by qualified and knowledgeable representative(s) and either repair the non-critical failure within seventy-two (72) hours or provide a written plan acceptable to the City, which clearly identifies the time in which the non-critical failure will be repaired. 10. ADDITIONAL SERVICES City may require additional services on a project by project basis to assist with operation and/or desired functionality of the SuiteResponse System. When additional services are requested, Contractor will provide City with a written proposal for each requested project, which may be accepted or rejected by City. If accepted by City, a Standard Amendment shall be prepared pursuant to Paragraph 8 of this Agreement. 11. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that their firm 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 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. 12. COMPLIANCE WITH LAWS AND ORDINANCES Contractor agrees to make itself aware of and comply with all local, state and federal ordinances, statutes, laws, rules and regulations applicable to the performance of its obligations under this Agreement, including but not limited to all applicable federal, state and/or local laws regarding employment practices and discrimination. 13. DISPUTES If a dispute should arise regarding the performance of work under this Agreement, the following procedure shall be used to resolve any questions of fact or interpretation not otherwise settled by agreement between parties. Parties shall reduce the dispute to writing a letter and forwarding it the other party along with recommended methods of resolution, which would be of benefit to both parties. The party receiving the letter shall 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 shall be forwarded to City Council through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be parties involved, although nothing in this procedure shall prohibit seeking remedies available to them at law. binding upon the the patties from 14. TERMINATION OF CONTRACT Along with the other remedies available City in this Agreement, in the event of Contractor’s failure to complete, deliver, or perform the work as provided for in this Agreement, the City Manager may notii the Contractor of the City’s intent to terminate the contract due to failure of the Contractor to deliver certain outstanding project components and all attempts to remedy the deficiencies according to the terms set out in section 32 hereto, have been unsuccessful. The Contractor shall be notified by certified mail of the termination of the Agreement. Contractor, thereupon, has five (5) working days to deliver all computer programs, files, documentation, data, media related material, any other materials and equipment owned by City and all work in progress to the Information Technology Director. The Information Technology Director will make a determination of fact based upon the materials delivered to City of the percentage of work, which Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding as reported to the City Manager, the City Manager shall determine the final payment of the Agreement. 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 City, 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, Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under Paragraph 4 of this Agreement. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 15. SUSPENSION OF SERVICES Notwithstanding anything to the contrary in this Agreement, in the event that City disputes in good faith an allegation of default by Contractor, Contractor agrees that it will not terminate this Agreement or suspend or limit any of its performance obligations or warranties or repossess, disable or render unusable the software, unless 1) the parties agree in writing, or 2) an order of a court of competent jurisdiction determines otherwise. 16. ASSIGNMENT Contractor shall not assign this Agreement or any part thereof or any monies due there under without the prior written consent of City. Any assignment attempted without the written consent of the other party shall be void. For purposes of this Agreement, the term “assignment” shall include any transfer of rights or obligations under this Agreement to a successor by merger or consolidation or to any person or entity that acquires all or substantially all of Contractor’s capital stock or assets, and shall include Contractor’s assignment of this Agreement to any person or entity to which Contractor transfers any of its rights in the Software. 17. CLAIMS AND LAWSUITS Contractor agrees that any contract claim submitted to 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. 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, 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 infonnation. 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 wherein Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. Contractor acknowledges debarment by another jurisdiction is gr u ds for City to disqualify Contractor from the selection process -&(lnitial) )I ( (Initial) The provisions of Carlsbad Municipal Code sections 3.3 . 25, 3.32.026, 3.32.027 and to false claims are incorporated herein by reference. 18. JURISDICTiON 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. 19. STATUS OF CONTRACTOR 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 City. Contractor shall be under control of City only as to the result to be accomplished, but shall consult with City as provided for in the request for proposal. The persons used by Contractor to provide services under this Agreement shall not be considered employees of City for any purposes whatsoever. Contractor is an independent contractor of City. The payment made to Contractor pursuant to the Agreement shall be the full and complete compensation to which Contractor is entitled. City shall not make any federal or state tax withholdings on behalf of Contractor or its employees or subcontractors. City shall 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 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 employee or subcontractor of Contractor for work done under this Agreement or such indemnification amount may be deducted by City from any balance owing to Contractor. 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. 20. INDEMNIFICATION To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City and City’s officers, agents and employees from and against any and all loss, damages, obligations, liabilities and expenses (including reasonable attorneys’ fees) that arise directly or indirectly from: A. any infringement of any United States or Canadian copyright, trademark or patent, or misappropriation of the trade secrets of any third party, in connection with the Licensed Product (or any allegation of any of the foregoing) (“Infringement Claims”). Indemnity for Infringement Claims shall be contingent upon City: 1) giving prompt notice to Contractor of any such Infringement Claim(s) which Contractor is otherwise unaware of; 2) Contractor having control over the defense of such action, provided City shall have input as to all matters affecting City; and 3) City reasonably cooperating in the defense of such action; or B. any act(s) of negligence or willful misconduct by Contractor or any of its agents, employees or subcontractors (or any allegations of any of the foregoing), including but not limited to any liability caused by an accident or other occurrence resulting in bodily injury, death, sickness or disease to any person(s) or damage or destruction to any property, real or personal; or C. City’s refusal to produce any document or information described in Paragraph C of “Exhibit 6” pursuant to a request to review public city records, after receiving a request for such item and after being instructed by Contractor not to produce it; or D. any claims by any persons or entities supplying labor or material to Contractor in connection with the performance of Contractor’s obligations under this Agreement (“Labor and Material Claims”). If an Infringement Claim occurs, Contractor shall within thirty (30) days after receipt of the City’s written notice of such claim, or the date on which Contractor first becomes aware of such claim, whichever is sooner, either: 1) procure for City the right to continue using the affected product, service or component and deliver or provide such product, service or component to City; or 2) repair or replace the infringing project, service or component so that it becomes noninfringing, provided that the performance of the Software or any component thereof shall not be adversely affected by such replacement or modification. In the event Contractor is unable to comply with either subsection 1) or 2) of this paragraph within the thirty (30) day time period described above, City shall have the right to terminate this Agreement for default. In the event of such termination, in addition to any other remedies available to City at law, under this Agreement or otherwise, Contractor shall pay to City within ten days of City’s notice of termination a pro rata portion of all License Fees paid as of the date of termination. This Paragraph 20 shall survive termination or expiration of this Agreement. 21. SUBCONTRACTING If Contractor shall subcontract any of the work to be performed under this Agreement by Contractor, Contractor shall be fully responsible to 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 persons directly employed by Contractor. Nothing contained in this Agreement shall create any contractual relationship between any subcontractor of Contractor and City. Contractor shall 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 in question approved in writing by City. 22. PROHIBITED INTEREST No official of City who is authorized in such capacity on behalf of 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 Agreement or in any part thereof. No officer or employee of City who is authorized in such capacity and on behalf of City to exercise any executive, supervisory, or similar functions in connection with the performance of this Agreement shall become directly or indirectly interested personally in this Agreement or any part thereof. 23. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of City, either before, during or after the execution of this Agreement, shall affect or modify any of the terms or obligations herein contained nor entitle Contractor to any additional payment whatsoever under the terms of this Agreement. Conversely, no verbal agreement or conversation with any officer, agent, or employee of the Contractor, either before, during or after the execution of this Agreement, shall affect or modify any of the terms or obligations herein contained nor entitle the City to any additional services, product features or other deliverable of the Contractor whatsoever under the terms of this Agreement. Any such requests will be acted upon providing a signed change order or Amendment is in place as per the terms of Section 8 hereto. 24. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 20 “Indemnification,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 25. LIQUIDATION OF CONTRACTOR In the event that Contractor (or a surviving company in the event of merger or sale of JPHI America Inc.) is liquidated, dissolved, or ceases to carry on business on a regular basis, City will have a perpetual, irrevocable, nonexclusive, license, title and right of ownership to the Software (inclusive of source code and all other documentation) subject to City agreement that it will not, at any time, market the Software. 26. EFFECTIVE DATE This Agreement shall be effective on and from the day and year first written above. 27. CONFLICT OF INTEREST City has determined, using the guidelines of the Political Reform Act and City’s conflict of interest code, that 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. 2%. LETTER OF CREDIT As security for vendor performance under this Agreement, in lieu of furnishing a performance bond, Contractor will post an Irrevocable Standby Letter of Credit to the benefit of the City, on terms acceptable to the City, for the full amount of the software component of this Agreement which is ($38,021). The form of letter of credit shall be similar to the sample attached hereto as “Exhibit E”, at a financial institution acceptable to the City. In addition to posting the Letter of Credit, to ensure that Contractor performs to the satisfaction of the City, Contractor will allow the City to defer payment of all services and travel and living expenses of Phases I, II and Ill of this project, as detailed in Exhibit “A” until 30 days after System Acceptance which is expected to be March 1, 2002. 29. 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-Y. A. Coverages 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 Agreement 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 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. 4. Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $500,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. 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. City shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. Contractor shall furnish certificates of insurance to City before commencement of work. 3. Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made 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 City sent by certified mail. 5. If Contractor fails to maintain any of the insurance coverages required herein, 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 that the required coverages may be maintained. Contractor is responsible for any payments made by City to obtain or maintain such insurance and City may collect the same from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 30. RESPONSIBLE PARTIES 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 in connection with the foregoing are as follows: For City: Title Name Address For Contractor: Title v. P. O~~.qix+;* ns \ Name Address 5% G!Bksdem\/s,sdk~f33 31. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the Agreement. 32. LIQUIDATED DAMAGES A. If Contractor fails to deliver the software and services according to the Implementation Schedule set forth in “Exhibit A” or as modified by mutual agreement according to Paragraph 8 of this Agreement; or is found to be in material breach of this Agreement, City will provide written notification of such failure or material breach to Contractor. Contractor will then have thirty (30) business days to cure such failure or Material Breach to City’s satisfaction or appeal the notification to City Council pursuant to Paragraph 13 of this Agreement. In the event that Contractor does not correct said failure or material breach within the applicable cure period, liquidated damages in the amount of TWO HUNDRED FIFTY dollars ($250.00) per day may be imposed upon Contractor and subtracted from any amounts then due and payable or, if no amounts are due and payable then, paid by Contractor to City within sixty (60) business days. Under no circumstances will the liquidated damages paid by the Contractor to the City exceed 1.5 times the amount paid to the Contractor by the City as of that date, pursuant to the terms of this agreement. Any failures by Contractor that are due to the City’s delay in the completion of tasks for implementation of the System will not be considered a material breach of this Agreement, and the Contractor will not be imposed of liquidated damages. B. The parties acknowledge that it would be impractical or extremely difficult to fix actual damages in the case of Contractor’s default, and that the amount of damages specified in this Paragraph 32 is a reasonable and complete estimate of City’s damages. Contractor recognizes that Contractor’s prompt response to notices of default and continued commitment to its obligations under this Agreement for which penalties can be imposed, is of critical importance to City. In initialing below, both parties agree that the amount of liquidated damages set forth in this Paragraph 32 is the best reasonable estimate of the cost t iolation or breach of this Agreement. (Initials) (Initials f 33. ENTIRE AGREEMENT This Agreement, together with any other written document referred to, attached or contemplated herein, 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 hereof. In case of conflict, the terms of the Agreement supersede the purchase order. 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. e Executed by Contractor this ‘3 day of OKC97hJC 2001. CONTRACTOR: .$?4%\ f+w-icu h5 By: - -7 .J /Idprig me/title) “, : &vi L0RRAlm M. WOOD -“city Clerk i ($rint name/title) APPROVED AS TO FORM: J Dep;p C&ym,ey (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.) EXHIBIT A SCOPE OF SERVICES Phase 0 - Contract Signing Task/Responsibility Days of Service Fees Expected Completion Date Sign Contract - Post Letter of Credit -JPHI - Pay Software License Fees - Carlsbad I 38,021 1 November 6” Software Exclusive of GIS Component Totals - 38,021 I Phase I - Project Definition and Acceptance Criteria Pilot project for City Manager’s Office (3 employees) JPHI and Carlsbad Develop Acceptance Plan Review City’s network architecture.- JPHI Review City’s server configuration.- JPHI and Carlsbad Determine integration required with other systems.-JPHI and Carlsbad Determine whether, and how much, of the application is to be available on the web.-JPHI and Carlsbad Review FOI and tickler requirements. JPHI and Carlsbad Determine acceptance criteria for application.-JPHI and Carlsbad Develop acceptance test scripts.- JPHI Totals I 3 4500 j Phase II - Implementation l Install Lotus Notes Domino on designated server.-JPHI l Install Lotus Notes client on designated workstation.-JPHI l Install SuiteResponse Service Software l Review departments to be involved in the implementation. Business Process Review of existing procedures for handling customer issues/complaints etc. Review existing documents (spreadsheets, word processing files, web sites etc) used in support of customers. l Establish who has the authority at the city to sign off and accept new procedures and re-implementation of existing procedures-JPHI and Determine Issues to be tracked via Service. Review information needed in support of each issue e.g. Policies, procedures, ordinance information etc. that may need to be provided to the customer.-JPHI and Carlsbad Review priority and impact on issues handling -JPHI and Carlsbad Review confidentiality types of issues.-JPHI and Carlsbad Determine organization performance goals (response and resolution) for all issues.-Carlsbad Determine default, primary, secondary and tertiary contacts within The City of Carlsbad for each department/service combination.- Carlsbad l Review any special instructions, knowledge items that are to be associated with a department service combination. Identify current electronic and paper sources of this information. All content will need to be verified.-Carlsbad l No import of knowledge from electronic sources is required 2 2800 December 7” 2 5 December 21 st 7500 January 11” 1 1500 January 25’h l Determine escalation procedure.- JPHI and Carlsbad l Develop an internal policy manual for use of Service at The City of Carlsbad (if required).-Carlsbad Carlsbad Totals 13 19.300 Phase III - Final Training and Go Live l User training in groups of up to 8- JPHI and Carlsbad 3.5 5250 Februarv 15* ACCEPTANCE l The SuiteResponse CRM implementation is expected to meet all of the acceptance criteria March I*’ Next Fiscal Year - GIS Integration l Technology integration requirements GIS Interface -JPHI GIS Integration 3 4,500 Next Fiscal Next Fiscal Year - Web Integration Citizen Service on the Web 2 3000 Next Fiscal Year Phase VI - Support & Maintenance Mode - Block of Time Support l Maintenance Fee l Exclusive of GIS Maintenance Fee 8325 June 1” Estimated Travel and Accommodations 1 l Air Fare (2 staff x 3 trips = 6 flights) l Meals and Accommodations (20 days @$200/day (2 staff)) l Travel Time (6 days @ 50% rate) Capped at a maximum of Note: will invoice actual expenses $5,000 5,000 November 6,200l 2. Phase I, II & III Services February 15,2002” 3. Estimated Travel & Living Expenses for Phase I, $5,000 February 15, 2002** II & III ACCEPTANCE March 1,2002 6. Maintenance Phase ;8,325 June 1,2002”* Notes: * - The City of Carlsbad agrees to pay 100% of the software licenses contract signing in exchange for JPHI America Inc. furnishing a Standby Irrevocable Letter of Credit (“LC”) in favour of the City of Carlsbad for 100% of the cost of the software licenses. The City Agrees to entirely reduce the requirement by June 1, 2002 providing that the software implementation meets the acceptance criteria mutually agreed upon as a result of Phase I. June 1, 2002 signifies the end of the initial 90 day warranty period and the beginning of the maintenance phase. ** - The City of Carlsbad agrees to receive professional services and travel and living expense reimbursement invoices as the services are rendered and expenses incurred. However for all invoices related to Phases I, II & Ill, JPHI America Inc. agrees to grant the City of Carlsbad deferred payment terms that become due 30 days after acceptance. The above provision overrides Section 7. ‘Payment of Fees” until the implementation reverts to maintenance mode after which point Section 7. Shall be the prevailing term. *** - Maintenance Phase marks the end of the initial 90 day warranty period after which point the 12 month maintenance agreement becomes effective (15% of license fees plus block of time support services) If the acceptance criteria are not met by the established milestones setout in this agreement, then the milestones can be reset through the use of change order or contract amendment as specified herein. EXHIBIT B CITY’S RESPONSIBILITIES A. B. C. D. The City agrees to use the Software licensed under this Contract solely for its own use on the City’s computer system(s), provided that any Software delivered by the Contractor in machine readable form may be copied (text only) in whole or in part, in printed or machine readable form, solely for the City’s own use for back-up and archival purposes. Accompanying documentation and user guides may be reproduced for internal use, distribution and training purposes only. The City acknowledges that no title to or ownership of the Software or any of its parts is transferred to the City and the City’s right to use the Software shall at all times be subject to the restriction set forth in this Agreement. The City acknowledges that the Software, including modifications made by the Contractor, constiiutes valuable property and a trade secret of the Contractor and that all marketing rights to the system and all modifications made by the Contractor remain the Contractor’s property, whether or not any portion is or may be validly copywritten. City, within its control and capacity, agrees to hold all of the Software and related documentation in strictest confidence, agrees not to use them except in the performance of this Contract, and agrees to release them only to employees requiring the Software and related documentation and not to release or disclose them to any other party, unless required to do so by a court of law or pursuant to applicable public records statutes. The City agrees to commit, if feasible, the City personnel necessary to facilitate the implementation of the Suite Response Enterprise System; however, any delay in the City’s completion of tasks shall not be a considered a breach of this Contract. E. The City agrees to be bound by the terms of Contractor’s Shrink Wrap Software Agreement. Where terms of the Shrink Wrap Agreement differ from and/or contradict the terms of this Agreement, including but not limited to confidentiality, warrants, liability and governing laws, this Agreement and its terms shall prevail. SOFTWARE MAINTENANCE AGREEMENT CITIZEN RELATIONSHIP MANAGEMENT SYSTEM THIS SOFTWARE MAINTENANCE AGREEMENT is made and entered into as of the 1 -r-k- day of /IJ~(/EM A/kqc ,2001, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and JPHI America Inc., a corporation, hereinafter referred to as “Contractor.” RECITALS A. On ,2001, City and Contractor executed an Agreement /vb V. 13 for the purchase and implementation of a Citizen Relationship Management system. B. Pursuant to Paragraph 1 of the Agreement, Contractor has agreed to provide maintenance and support services to City for the Suite Response Enterprise System. C. City and Contractor desire to memorialize the terms by which Contractor shall provide the maintenance and support. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: I. STANDARD MAINTENANCE After the 90 day warranty period included with the software license which commences upon Acceptance as defined in Exhibit “A” to the Agreement, other than third party products, Contractor agrees to provide City with a one (1) year Warranty for the Software described in and licensed by the Agreement, commencing with Contractor’s certification to City of the readiness of the Software. Said Warranty is provided to the City at a fee as set out below in Section II - Charges hereto. Upon the first annual renewal date after final acceptance of the Software, City shall have the option of purchasing Contractor’s maintenance coverage for additional periods of one (1) year and renewable annually unless terminated by City, pursuant to the terms set forth herein. As long as City is paying for maintenance with respect to the Software under the terms set forth herein, Contractor shall provide to City at no additional cost the following goods and services: A. All program updates and additions for use with the Software, which are developed by Contractor, provided, however, that no such program update or addition shall materially impair the functionality or performance characteristics of the Software. B. Phone-in consultation services in which City may request and receive verbal information regarding the use of the Software. These services are billed on a Block of Time basis with a minimum annual purchase of 15 hours. C. All program changes deemed necessary by City (including any program updates and additions) to make the Software perform as described in the user guides, provided, however, that no user guide update shall be effective to delete or reduce a functional specification without City’s consent. D. Maintenance services shall be provided with sufficient promptness in an effort to avoid down-time. Any modifications not made by Contractor, and the results caused thereby to the Software shall be the sole responsibility of City. E. For the term of this Software Maintenance Agreement, Contractor shall provide City, on a timely basis, with updates necessary for the Citizen Relationship Management system to continue to accomplish its principal computing functions and with updates reflecting improvements made to the Software by Contractor. If City notifies Contractor that it suspects an error in the software operation, Contractor shall, as part of such support, use its best efforts to confirm the existence of the error and correct it. F. Contractor shall provide City with such modifications to the Software as City may reasonably require to maintain the compatibility of the Software with new releases or updates of the Novell GroupWise Email System. Said modifications shall be provided by Contractor at no additional cost. G. City will have the option, at the end of the first year Warranty under this Agreement, to extend such maintenance from year to year. Should City not exercise the option to extend maintenance beyond the first year of maintenance under this Agreement, City retains the right to purchase at cost from Contractor any future releases and/or enhancements to the Software, including modifications to the Software to maintain its compatibility with new releases of the operating system. II CHARGES The charges for City’s maintenance coverage shall be based on a rate of fifteen percent (15%) of the undiscounted price of the Software as set forth in “Exhibit D”. The first block of time is charged at the rate of $2,700 for 15 hours. All maintenance charges are subject to annual increases provided that such increases cannot be accessed during the term of such extended coverage. Annual increases in maintenance coverage are limited to the increase in the previous year’s CPI for Urban Wage Earners (all items) -Western Region or 2%, which ever is less. This annual increase provision shall remain in effect until the end of four (4) years of the date of the signing of this agreement. /// /// /// /// Executed by Contractor this a* day of obw ,20 a. CONTRACTOR: 3iw Pv-vw?aL t NL (name of Contractor) (print name/title) By: &Aj&wlt ti. ck4x.-, w &w&+Tod\J - I \ (sign here) (print name/title) ? C~-7&~A/ By: ! ! gkuJ\ -j+xlfl4+-& Q-i-&id&Q- Go I’ - (print name/title) CITY OF CARLSBAD. a municipal corporation of the State of California ATTEST: By: (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: RONALD R. BALL, City Attorney BJ3=-4.~ DqMy/~t;At~y - c EXHIBIT D ADDITIONAL CONTRACTOR COMMITMENTS A. The Contractor agrees to convert the Domino data store from its native Domino data store to an Oracle data store by December 31st, 2002. Failure to do so will result in the Contractor providing the City with an additional year of Software Maintenance as defined in Exhibit C, Section I.A, at no additional charge. The Contractor agrees to provide its portion of the software modifications to accomplish this conversion at no additional charge. Data conversion may result in some additional professional services work which will be billed to the City at the normal Contractor rates. The City will be responsible for the procurement of all third party software as required (i.e. Oracle licenses). The contractor further agrees to assist the City’s Information Technology department with the set-up and maintenance of the Domino infrastructure. This Domino infrastructure assistance will be billed on a time and materials basis at the Contractor’s published rates. B. The Contractor will make available the Customer Service Portal module that is currently in the Beta Test phase of its release cycle. The Contractor agrees to make this module available when it is in its General Release phase which is expected to be in January 2002. The City acknowledges that this module is outside of the scope of this agreement. It may be purchased through the Change Order process providing a signed change order is in place as per the terms of Section 8 hereto. The retail cost of the Customer Service Portal is expected to be $25,000. The Contractor will provide this module to the City at a 60% discount ($10,000) if the City elects to purchase the application before July 31Sf, 2002. Installation and Maintenance will be billed at the Contractor’s published rates. C. The Contractor agrees to work with the City to create a dynamic interface between the SuiteResponse CRM application and the Customer Service module of Hansen’s CMMS application. Timing for this project will be governed by the City’s procurement and installation of the Hansen application. The Contractor agrees to provide a “scope of work engagement” that will further define the exact requirements of this interface. This engagement will not exceed 5 days, billed at the normal Contractor rates. During this engagement, a definition of the roles and responsibilities for the City, the Contractor and Hansen will defined, a project plan will be created, and a cost estimate will be presented to the City for its acceptance. D. The Contractor agrees to maintain all unit prices listed in Appendix B of the RFP response dated February 5, 2001, until July 31s’, 2002. Ill /// ~ Executed by Contractor this 26* day of @@beti ,20 01. CONTRACTOR: CITY OF CARLSBAD, a municipal corporation of the State of California %tir #%ii[‘c’A (vx. (name of Contractor) (sign here) k -Mayor w (print name/title) (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: :rE;E;L //- Ti-a-@-L NOTARY PUBLIC CERTIFICATE I, Thomas Dwyer Beynon, a Notary Public in and for the Province of Ontario, Canada, hereby declare that on the 26th day of October, 2001 Edward M. Senez, Vice-president of Operations, and J. Paul Haynes, President and CEO respectively of JPHI America Inc. executed before me the agreement between JPHI America Inc. and the City of Carlsbad, a municipal corporation of the State of California. DATED this 26fh day of October, 2001. The City EXHIBIT E SAMPLE LETTER OF CREDIT FORM SAMPLE BANK Re: Our Irrevocable Standby Letter of Credit No. We hereby authorize you to draw on the Sample Bank, Sample Bank Address account of JPH America Inc., Suite B7,550 Parkside Drive, Waterloo, Ontario N2L 5V4 up to an aggregate amount of USD $amount (USD %‘s) available on demand. Pursuant to the request of our customer: JPH Americal Inc., we the Sample Bank Bank Address hereby establish and give to you an Irrevocable Standby Letter of Credit No. in your favour in the total amount of USD $amount which may be drawn on by you at any time and from time to time, upon written demand for payment made upon us by you, which demand we shall honour without inquiring whether you have a right as between yourself and our said customer to make such demand, and without recognizing any claim of our said customer. Provided, however, that you are to &liver to us at such time as a written demand for payment is made upon us, a certificate signed by you agreeing/confiig that monies drawn pursuant to this Standby Letter of Credit are to be and/or have been expended to obligations incurred or to be incurred by you in connection with an Agreement between JPH America Inc. and City Contract Number __ The amount of this Standby Letter of Credit shall be reduced from time to time as advised by notice in writing given to LIS from time to time by you. This Standby Letter of Credit will continue upto Date and will expire on that date and you may call for payment of the full amount outstanding under this Standby Letter of Credit at any time up to the close of business on that date. It is a condition of this Standby Letter of Credit that it &all be deemed to be automatically extended without amendment from year to year from the present or any fkture expiration date hereof, unless at least thirty (30) days prior to any such future expiration date. We will notify you in w-riting by registered mail that we elect not to consider this Standby Letter of Credit to be renewable for any additional period. Partial drawings are permitted. We hereby agree that drawings under this Credit will be duly honoured upon presentation and shall state that they are drawn under the Sample Bank, Bank Address Standby Letter of Credit No. dated Date - Except as otherwise stated therein, this Credit is subject to the Uniform Customs and Practice for Documentary Credits (1993 Revision) International Chamber of Commerce Publication 500. AUTHORJZED SIGNATURE (s) 1635 FARADAY AVENUE CAR& -0, CA 92008 (760) 602-2495 CITY OF CARLSBAD APPLICATION FOR BUSINESS LICENSE PLEASE CHECK THIS BOX IF HOME BASED BUSINESS I.3 FEE SCHEDUQ ON REVERSE SIDE BUSMESS NAME: __rp H 1 BUSINESS PHONE: (5 \ 9 ) -f L( f - q 3 73 BuSlHESS ADDRESS: 7 (NO. P.0 Boxes) (Street) C’N (Suite No.) c G;w (W) nmAlLlNG ADDRESS: (State) (Zip Code) (if diierent) (Number) (Street) (Suite No.) (City) EMERGENCY CONTACT: Kc\ .-Se n-v-z (St&e) (Zp Code) EMERGENCY PHONE: &t& ?/7- 9.39 3 TYPE OF ORGANIZATION: (CheckOne) DATE BUSINESS STARTED IN CARLSBAD: / SOLE PROPRIETORSHIP PARTNERSHIP /- CORPORATION I/ -- APPLICANT NAME/ADDRESS: (OWNER OR IF PARTNERSHIP/CORP, GIVE NAMES OF PARTNERS OR CORP. OFFICERS) (TITLE) (TITLE) 1 VI-W (NAME) (NAME) (ADDRESS) (ADDRESS) (CITY/STATE) (ZIP) (CITY/STATE) (ZIP) (PHONE) (PHONE) (NAME) (ADDRESS) (CITY/STATE) (ZIP) (PHONE) type OF BUSINESS: ( ‘cd”‘/‘~ Z&f’ -&m re d& &r?&&/~/ilq. (PLEASE BE SPECIFIC) PROVIDE THE FOLLOWING WHERE APPLICABLE: E-MAIL ADDRESS: STATE SALES TAX NUMBER FEDERAL TAX I.D. NUMBER CA DRIVERS LICENSE STATE CONTRACTOR CLASS STATE EMPLOYER SOCIAL SECURITY NUMBER LICENSE NUMBER IDENTIFICATION NUMBER GROSS RECEIPTS DIVIDE BY 1000 SUB TOTAL ADDITIONAL TRUCKS Q 3/5 EA MULTIPLY BY TAX RATE SUBTOTAL ADD BASE FEE LATE PENALTY (25% to 50%) SUBTOTAL LATE PENALTY (25% to 50%) 58, # TOTAL WINlMUM LICENSE FEE I $30.00- MAKE CHECKS PAYABLE TO: C/N OF CARLSBAD AND REl-l.lRN WITH Ai’PLlCAnON - EXECUTED THIS 26. DAY OF OC &J&T , i&X?/ . I, ~JLuad m-J7a-~ (Day) (Month) C/ear) (Print full name) E w PENALTY OF PERJURY THAT THE FOREGOING IS TRUE AND CORRECT. UiiE 0. p. 0-&?%&/?~.~ TITLE OFFICE USE ONLY License # Date Exp. # SIC Charge Code Bus. Location Page 1 of 1 California Secretary of State - California Business Search - Corporation Search Results 1 Business Portal h rl Business Search b Corporations Status Wioithm St&us Printouts The information displayed here is current as of “10/20/2001” and is updated weekly. It is not a complete or certified record of the Corporation. Corporation JPHI AMERICA INC. Number: C2262931 Date Filed: g/25/2000 71 Jurisdiction: DELAWARE Mailing Address 401 SECOND AVE SOUTH STE 454 MINEAPOLIS, MN 55401 Agent for Service of Process C T CORPORATION SYSTEM 818 WEST SEVENTH ST , LOS ANGELES, CA 90017 I New Search l For information about certification of corporate records or for additional corporate information, please refer to Corporate Recd. l Blank fields indicate the information is not contained in the computer file. l If the status of the corporation is “Surrender”, the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Copyright ‘c’2001 California Secretary of State. Privacy Statement. http:/lkepler.ss.ca.gov/corpdata/ShowAllList?Que~Co~N~be~C226293 1 10/29/2001 OCt-26-2001 DB:O7itm F rom-LMS PROL INK LTD +4166951649 T-278 P. 002/002 F-271 CSlO CERTIFICATE OF INSURANCE pa= (Wfmtmf 01/10/26 lRoI(EP This certifk.ate is issued as a matter of information only and confere ~PROLTWKLTD no rights upon ths wtiffcate holder. This o#tHkste does not amend, extend or alter the cevengs affolded by the policies beiow. 500-480 University Avenue PORONTO, ON M5G IV2 COMPANIEB AFFORDING COkERAGE COMPANY A st, Paul Fire && Matine -I. NSUREO COMPAW JPH Intmmational B ever America carp. 550 Parkside Drive, Unit 7 HATERLOO, ON N2L 5V4 I COVERAGE3 COMPANY c COMPANY b This Is ta certify tha! the poiiciea of insursnca listed below have been issued to the insured named abovs for the policy period indicatwi, notwithstanding any requirement, &fm or wxlitbn of any COntrsct or other document with respect to wtkh this certifioeta may be issued M may pemin, the inbunnce afforded by the polici~ described herein is Mject to all tit@ ternw, exclusions anti conditions of such policies. LINNTS SHOWN MAY HAVE BEEN RtWlJCED BY PAID CLAIMS. - POLlcY nthwm FOUCYW8CWS FOLWUWRATlON oATE(wfNhul30~ 0Al-B (WnwuRlD~ UMTs GENERAL LlA6lUTy A ‘3ENMW.r Lb?slLlTy 1 ONCPC0030126 B&M OCCURRENCE Js 2OO0090 I 00/10/31 01/10/31 GENSRALAG~RLGATE jr 6000000 ~000000 FROWCYS -COt+OPAGG S 6 P&Rs~IptJ~‘I s 2OCiQVOO X TENAWM LtGAL LIABlLIlY TENANTS LEGAL LWUW -- S ~00000 x NON-OWNEO MEDExP(Aovwpvmn) ‘S -10000 HIRED NON-OY&ED s 2000000 8OOll.Y INJLRY (L s AUTOYOStLE UABILfW IXSCRISEO AUWMOSILES ALL OWNED AUTCS LEASED AuYOMOBI~ES 1 I I SXCESS LMwrt UMSRCLL14 FORM OTliEA W’.N UMBRELLA FCfW OTHER R EMPLOXWS LIABXLI,TY WCPCOO30126 h ERRORS C OMISSIWS QNCPCO63012fi EnChOCCUtWEUCE s AGGRSGATE s 5 00/10/31 Ol/lcl/31 10000011 00/10/31 m/10/31 cLAIMsm.DE 2000000 I PROPERTY DAhWGE I I t AOPI?‘tOt4AL INSURsb :ERTiFiCATE HOLDER CANCELLATiON ZN!Y OF CMLSsAb icERRY A. J-EZISEK 1635 FARADAY Am _ ZARLSBAP CA 92008, :siO CERT t6194j c i DESCRlWlON CM= OPERAtlON&LOCATlONSMllTOMO6lLESlSPS@JhL IYEYS The City of Carlabad, its offiaials,, cmployeer, volunteers are added 88 &cutivnal insureds but on1 with respect to lisbilkw arising out of tK . e mruracis crperationo Should any of the above described poilcies be canceikf before the expiration dabe thereof, thn issuing compety will endeavor to Mall 30 days w%itt~n notice to the certificate holder n&ted to the left, bvtiure to mall such notice shall imme no obiigation or liability of any kind upon the company, its agents or repres~tative6. AU-lHORlZJ% REl’RESENTAllVS GBET Exhibit 2 For Immediate Release Town of Tillsonburg Wins Distinction Award for Innovative Public Sector Service Delivery JPH In terna tional’s SuiteResponse CRM and eGenda Solutions at the Core of Town’s e-Government Transformation Ottawa, ON - October 16th, 2001 - At the gala Distinction Awards ceremony at the Museum of Civilization in Hull, Quebec, the Town of Tillsonburg received a Gold Medal for Innovative Service Delivery in Municipalities. The ceremony is part of the 9th annual Technology in Government Week and Government Technology Exhibition and Conference. The Town received the award in recognition of its efforts and successes in transforming the Town’s operations over the past two years. On hand to receive the award was Mr. Robert Musty, IT Consultant and Director of Information Systems for the Town. “As you can imagine, we are absolutely thrilled to receive this award “, said David Morris, GAO/Clerk for the Town. “Our staff has worked very hard over the past couple of years to change our operations and business processes to be more customer focussed. It has been a tremendous challenge that has yielded many gratifying results. We have had visitors from across North America and Europe to our Customer Service Centre in the past year to see what we have accomplished. I am very proud of Town staff and this award is a recognition of their collective efforts. The other key message with this award is that municipalities of any size can benefit from e-Government and citizen service intiaitives”. The Distinction Award was based on a submission which highlighted how the Town has restructured its customer services operations. The Town sought to achieve a number of key goals with its customer service initiative which included : implementation of corporate service response goals, staff empowerment and consistency of information through knowledge management, and reduced costs of service delivery. Since the opening of the Customer Service Center and streamlining of its operations, the Town has accomplished these broad goals. As it moves Past R&earss l..“. fstimooiak .I Trads shmra _. . http://www.jphint.com/JPHWebsite.nsfPublic/GBET 10/18/2001 !I GBET Page 2 of 3 forward, the Town of Tillsonburg plans to expand and enhance the range of customer services available to its customers. This Distinction Award represents the third award in the past 12 months in which JPHI’s SuiteResponse CRM has been showcased. The City of Lynchburg, Virigina, won the Presidents Medal for Entrepreneurial Government at the Virginia Municipal League conference late last year and SuiteResponse CRM won the Best Industry Solution - Public Sector award at this year’s Lotusphere conference. ” We congratulate the Town on this tremendous achievement ‘I1 said Graeme Somerville, VP of Marketing for JPHI. “We have worked closely with Tillsonburg to implement our SuiteResponse CRM solution and recognize the dedication of their staff to achieve the Town’s customer service goals and objectives. The theme of this year’s conference is ‘Enabling e-government : Stepping up to the Challenge’. The Town has indeed stepped up to the challenge of integrating innovative customer service capabilities into their operations. ” About JPH International JPHI provides Citizen Relationship Management “CRM”, and Content Management solutions to public sector and utility organizations around the world. JPHI is the North American arm of EVER TEAM SA, a leading global supplier of document, records, and knowledge management solutions. With 250 dedicated staff servicing over 2,000 customers worldwide, EVER TEAM SA services its customers directly and through business alliances with firms such as Lotus, IBM, and Microsoft along with a network of Value Added Resellers. For more information on JPH International or its SuiteResponse products, visit www.iohint.com or more information on EVER TEAM SA, visit www.ever.fr/eng. For More Information: Graeme Somerville EVER America Corp. [1519.?47.9393 x132 http://www.jphint.comDPHWebsite.nsf/Public/GBET 10/18/2001 4 Oet-26-2001 06:07am FrmLWS PRDLINK LTD +4166161646 T-276 P.DWDO2 F-271 CSIO CERTIFICATE OF INSURANCE W~(mruw) 01/16/26 InouEP ads PRoLINxIlTD 5izz Un;ver8ity Avemwii I , VW, --. -- lhil errwlcnr I5 tsauad I a mamr of Illfwmaaon only and conhn no rluhts upon the wtilkatw holdw. Thk owUfkats dw not amend, _ . Mm lV2 t extend or tir tha covwmo fireled bv Um &kks b&w. COMPANIBS AFFORDING COMRAGE NSURED JPR Intmznatifmal FOMPNY A st. Paul Fire &G MarinaI COMPANY B ever Amaricr Carp. 550 Barkside Drive, Unit 7 NAl'E-, ON N2L 5V4 1 COVERAGES cam?AtdY C COMPANY D This I# ta mtify thar the polkks of insurance Wed bat&v hove beon iceued to the inautsd named obo\n for thr @Icy indlcawcl. notwithstllndlng any requirement, term or eonUit!an of my contract or o&w rlocument with mapod to which t I? rlud Is mtVkuto may be bsued or mey pwtaaln, rhn insurance afforded by the polkiea daacdbed herein exdurions iand condltionr of ruch poliCirS. is subjet% ta all the twma. LIMITS SHOWN MAY HAVE BEEN RIDUCED BY PAID CLAIMS. WPL OP INSURANCl POUFY NLWIIIR QENWM LlAmuTY CWUERCHLMN~~ULLUO~L~TY 0kX+PC0030126 00/10/31 > I4 I R EMPLOYZBS LIABIEI.TY ONCPcOO30126 k ERRORS 4 aMI591clN8 oNcPc0030126 00/10/31 00/10/31 :ERTIFICATE HOLDER I CANCUlATlDN XT-X OF CABISBAb KBRRY A. JZZISEK 1635 FARARkY AVE. ZARLSBAD CA 92000, Should •~ oflhs above dwerlbed pOlkiea be oan&kd ktonllw oxpimtion ckte Uwoof. th6 iswing ccunp8ny will m&mmr to null days wWten noticr to the csrtifica~ holder named to the left, bdlure to mall such notka shall impore no obll@oi~ or liability WCHOCCURRSN~ s 2000000 01/10/31 GctmJlaAD(IIIsm~ .I 6000000 PRowcl8-c6wIQpMa I 6000000 PERSDN4L INJW .s 2000000 nNANrSl.EoMLUOlulv~ c 500000 mroExPwvomwm) I tOOo0. No- 8 2000000 WDkY lN.NmY a !iElEF-, I fJaolLY INJURY ~~~Pr~J * E==Juc;” 4 PfZOPERTY -E I EN.h DFCURIIu(cS s AooRccA1e I 01/10/31 1000000 01/10/31 --Ia 2000000 I zeRAna~AllaNslAuTomoal.EY~~ lYEY8 ?hho City of Carl.ebnd, its offiaialo, amployre8, voluxat.orrr are m%ied a8-Mditioxml inmreds but an1 with resgeat ta Xi*biX*w ari8inq out of X, in8urfbda eperationr