Loading...
HomeMy WebLinkAbout1997-125ORDINANCE NO qI- I2S AN ORDINANCE ACCEPTING A COMPETITIVE SEALED PROPOSAL AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive sealed proposals for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described proposals are the best responsible proposals for the materials, equipment, supplies or services as shown in the "Proposals" submitted therefor, and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SEOTLON—I That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Proposals" attached hereto, are hereby accepted and approved as being the best responsible proposal for such items RFSP ITEM N Ti MBE NO. VENDOR AMOUNT 2008 ALL ESCOM SOFTWARE SERVCIES LTD $ 26,859 00 SECTION lI That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Invitations, Proposals, and related documents SECTIONIII That should the City and persons submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposal, the City Manager or his designated representative is hereby authorized to execute the written contract which shall be attached hereto, provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted 1 SECTION IV That by the acceptance and approval of the above numbered items of the submitted proposals, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved proposal or pursuant to a written contract made pursuant thereto as authorized herein SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this 40� day of _ 1997 JAC ILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY "l 2 DATE MAY 6, 1997 iTY QiLNCM REPORT TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT RFSP # 2008 -- AUTOMATED RECREATION MANAGEMENT SYSTEM RECOMMENDATION: We recommend this request for proposal be awarded to Escom Software Services Ltd , in the amount of $26,859 00 for the services listed SUMMARY; This proposal is to supply the Parks and Recreation Department with a software driven automated recreation management system The system includes installation, hardware, software, programs registration, information management, facility booking, administrative reports, and security Also included are subsidiary financial ledger, monthly billing, tracking payments to instructors, summary reports of cash transactions, desktop publishing, and extensive security systems This system will serve five (5) remote locations with the previous listed services Responses to our RFSP #2008 were received from Escom Software Services Ltd, SportsLog, Sports and Recreation Software, and Vermont Systems, Inc The Information Services Advisory Board and Parks and Recreation Board recommend approval PROGRAMS, DEPARTMENTS OR SROL_iPS AFFECTED. Parks and Recreation Department and participants in Parks and Recreation activities FISCAi IMPAC .. Funds for this program implementation are available in the 1996-97 budget account number 261-031-0062-R001-9101 Attachments Information Services Advisory Board Minutes Respectfully submitted vt.D95� Xathy4 Executive Director of Finance Approved m..5 Name Tom D Shaw, C P M Title Purchasing Agent 866 AGENDA 04/23/97 10 68 12817 688 8588 City of Denton ""01/0e1 DRAFT MINMS OF INFORMATION SERVICES ADVISORY BOARD MEETING OF APRIL 17, 1997 The Information Services Advisory Board meeting was held on Thursday, April 17, 1997, at 6 00 p In . in the Police Department Corrierence Room MEMBERS PRESENT Dun Edwards, Use Careen, Vicki McCombs, Warren Searls, and Maureen Sminger MEMBERS ABSENT. Renee Seely and Lupe Tovar OTHERS PRESENT Clary Collins from the City staff, Janet Simpson and Ricky Petty from the Parks and Recreation Department Warren Searle made the moron to apVwkva the minutes of uch the , 1997, Information motion, and it passed Services Advisory Board mating unanimously Gary imroduced Janet Simpson and Ricky Petty from the Parke and Recreation Department to discuss making a recommendation to the Council for the purchase of an Automated Recreation Management System (RFSP k2008) Jaw presented the background of why the Parks and Recreation Department is seeking a computerized registration ryste m Janst explained that at the present, if You waot to register for a class you have to register at the individual facility With the purchase of an automated system, you will be able to register for any class at any of the five facilities Janet stated that the proposal is for software, instd0adon, training and ongoing mammnana only The City of Denton is providing PC workstations, a server, fiber optic and modem connections The software will provide class reroa�booking, finsutill and tletical report, cash reconciliation, d demographic and m lintanalysis, and desl mp publislung Janet stated that out of five vendors only three responded and they were Escom Software Services Ltd , Sports Log, mod Vermont Systems Inc Out of these three vendors, Escom Software climbed to the top Escom has a very sophistic progA life ram, over �� clients with a excellent reputation, a 12 month money back guarantee and with the imemburs of he InfOrimat011 Services Board, Vidtee After ndroduchig d McCombs made ade the motion toit t recommend that the City Council approve the purchase of the Automated Recreation Management System (RBSP 1l2008) Warren Scarls seconded the motion, and it passel unanimously Information Services Advisory Board Minutes April 17, 1997 Page 2 Gary than stated that there was not a teed to discuss the Information Services Annual Report, that it was distributed only for the mambers information A brief discussion was held regarding the next Item on the agenda which was the acquisition of tha PC's Gary slated that it had gone through the Public Utdity Board purchase rer� order ties thou gone on to City Council and had been approved Gary imported been issued sod mailed, and that we should get a report from NTCS next Wednesday Gary said they had gore to NTCS for a demo on Wednesday. April 15, and it may be possible to have a demo for the next Information Servlba Board meeting 4 CONTRACT AGREEMENT FOR SEALED PROPOSAL STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 6 day of May, 1997, by and between the City of Denton, a Texas municipal corporation of the County of Denton and State of Texas, acting through its City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and ESCOM Software Services, Ltd , with its corporate office at Suite 518, Burnaby Center, 4211 Kingsway, of the City of Burnaby, Province of British Columbia, Canada, hereinafter termed "CONTRACTOR " WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below RFSP # 2008 Services and equipment to provide an automated recreation management system in the amount of $26,859 and all extra work in connection therewith, under the terms as stated in the City's RFSP #2008, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superinten- dence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, entitled "City of Denton, Texas Automated Recreation Management System, Parks and Recreation RFSP #2008" dated March 11, 1997 ("Proposal"), and in accordance with all the insurance requirements, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, all attached hereto Independent Status It is mutually understood and agreed by and between'City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton and its officers, agents, and employees from any and all damages, loss, or liability of any kind whatso- ever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands Choice of Law and Venue Contractor shall comply with all federal, state, and local laws, rules, regulations, and ordinances applicable to the work covered hereunder as they may now be read or hereafter be amended This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, sub]ect to such extensions of time as are provided by the General and Special Conditions Contractor shall not assign any interest in this contract and shall not transfer any interest in this contract without the prior written consent of the Owner The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown and in the manner stated in the Proposal, which forms a part of this contract, such payments to be sub]ect to the General and Special Conditions of the Contract Page 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written ATTEST CITY OF iu O` OWNER/'0BY �� 1 � + A-4-II k'Q raw-,,,,,Qm,,., --E, 0, c/51f i MAILING AInRESS (,-,A 4�3� 73 c PHONE NUMBER ' (;�,- Q2 S70 FAX NUMBER BY ?L"k D cz,-j,/-7 TISME A PRINTED NAME APPROVED AS TO FORM (SEAL) t/otll�t City Attorney E \DOCS\E\ESCOM CON Page 3 APPENDIX E• CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective Insurance carriers or brokers to determine in advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent low bidder fails to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all Insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum Insurance coverage as Indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least A • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate AAA00350 REVISED 10/12/04 Cl - 1 Insurance Requirements Page 2 such deductibles or self -Insured retentions with respect to the City, Its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional Insured the City of Denton, Its Officials, Agents, Employees and volunteers • • That such insurance is primary to any other insurance available to the additional insured with respect to claims covered under the policy and that this insurance applies separately to each insured against whom claim is made or suit is brought The inclusion of more than one insured shall not operate to increase the insurer's limit of liability • All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse AAA00350 REVISED 10112194 Cl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All Insurance policies proposed or obtained In satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained In compliance with these additional specifications throughout the duration of the Contract, or longer, If so noted. [XI A General Liability Insurance: General Liability Insurance with combined single limits of not less than $1,000,000 00 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either In a single policy or in a combination of underlying and umbrella or excess policies if the Commercial General Liability form (ISO Form CIS 0001 current edition) Is used. • Coverage A shall include premises, operations, products, and completed operations, Independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall Include personal injury • Coverage C, medical payments, Is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) Is used, it shall Include at least • Bodily Injury and Property Damage Liability for premises, operations, products and completed operations, Independent contractors and property damage resulting from explosion, collapse or underground (XCLI) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal Injury liability and broad form property damage liability AAA00350 Cl - 3 REVISED 10112/94 Insurance Requirements Page 4 [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability Insurance with Combined Single Limits (CSL) of not less than $500,000 00 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [XI Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ I Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00350 REVISED 10/12194 Cl - 4 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be Issued by the same Insurance company that carries the contractor's liability Insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate (� Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required [� Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ I Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their Interests may appear [) Additional Insurance Other insurance may be required on an Individual basis for extra hazardous contracts and specific service agreements If such additional insurance Is required for a specific contract, that requirement will be described In the "Specific Conditions" of the contract specifications AAA00350 REVISED 10/12/04 CI - 5 Insurance Requirements Page 6 ATTACHMENT 1 [ ] Worker's Compensation Coverage for Building or Construction Projects for Qovernmentai Entities A. Definitions. Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in §406.096) - Includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project AAA00350 REVISED 10/12/94 Cl - 6 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage AAA00350 REVISED 10112194 CI - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to. (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, anew certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person with whom It contracts, and provide to the contractor, (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, If the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity In writing by certified mall or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and AAA00350 REVISED 10/12/94 Cl - 8 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor 1s representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self-insurance Regulation. Providing false or misleading Information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions - K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AAA00950 Cl - s REVISED 10/12/94 APPENDIX C: SDIVMARY PROPOSAL PRICE FORM • 6 • ._ * • - .u. I, the undersigned, an authorized representative of G-ze-m 4ctrc Aer= 5&E-nices Lin (Firm Name) whose address is Ili? V,.�,5..I,�9t , (Number and Street) (City and State) (Zap) have read and thoroughly understand the specifications, the special provisions, the bidding instructions, and all the other conditions of the Request for Sealed Proposal issued by the City of Denton for an ARMS. Acting on behalf of my firm, which is listed above, I do attest that the system offered by us meets the specifications in every respect except those described on the attached list of "EXCEPTIONS it We have attached ��ie� listing of Exceptions to the Specifications We depose and say that the attached proposal has been arrived at by the bidder, independently, and has been submitted without collusion with, and without any agreement, understanding, or planned course of action with any other contractor, bidder, or vendor on materials, supplies, equipment, or services described in the proposal, designed to limit independent bidding or competition. The contents of the proposal herein presented and made have not been communicated by the bidder or (his) (their) or (its) employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid, and will not be communicated to any such person prior to the offictal opening of the proposal I have fully informed myself regarding the accuracy of the foregoing statements, and the same are made by me based on my personal information. We therefore offer and make this proposal at the prices indicated herein in fulfillment of the attached requirements and spectfications of the City of Denton represented in the Call For Proposals. Total Cost for System (see (see instructions on page 9) We guarantee all pricing for a period of one year from the date of this proposal 28 I have read and understood the attached Standard Contract provisions, and agree to abide by and fulfill the requirements thereof if awarded the contract as a result of this proposal. I acknowledge receipt of Addenda from —L— to -I- and agree to be bound by the terms and conditions in those addenda. AUTHORIZER'S NAME AUTHORIZER'S T= AUTHORIZER'S SIGNATURE i17VMz1 29 APPENDIX D: DETAIL PROPOSAL PRICE FORM Supply the following cost information for the system described in Appendix A, Technical Specifications. (Duphcate form as needed) 1. System Proposed by Vendor Item Desedption Quantity Unit Price Total •% •�W W WW r �•r L: � J' I� 1 r A As llw 'w V=M FF.%i • • • •. _ i. ..r Laic . &W a . • r• e:• r r1• r•r � .r 1 7L. .� • �� AAA04987 Total of System 30 I— -115% - 1, 59CCU 05/29/97 18'19 FAX 004 432 9708 ESCOM SOFTWARE 11002 MAY 29 •97 14•24 TO =4 432 9708 FROM LEADERS INSURANCE T-197 P.02 a LEADERS lnsurcrlce Agencies #406. 3003 St..lohre 51Mt. Pori Moody. B C V3H 2C4 a Tel (6041469-1799 • Fax• (61A 469-1694 _t C?taRT 1 FP 1 6^-rm i7F t IVt$I.JRANC>9E This is to eertlty to: CITY TN Y OF $ N6Y DENTOM. Tx. TSR9'1 Y that the policies at Iosuranne an herein described have been Issued to "a insured named bolow and are In fora* at this data. Name of In�Stfred t El6OOM SOFTWARE SERVICES Address of Insured e�6184gY7 ®ICQSWAY �~ABN its Location or Operations to which fR'la cartt4laat6 applies OPERATIONS OF THE NAMED 1NAtUUIMb Type of PeHcy t po/PREMmeIVE GENERAL L141L1TY insurer policy Nutsber Expiry DA2W Limits of W abitlty COMMERCIAL UNION ASSURANCE COMPANY 1 CON 9299680 APRIL 15. 1998 1-08.669,696. TH Additional insured (if any): CITY OF AtSpEOT TO ��OABTEXAS BUT LtLITY ARISIN41OUT IOF THE OPERATIONS OP THE NAMED INSIIRSD Notice for-aanaellatlon : 4s DAYS TO• CITY OF DENTON The insurance afforded is subJeat to the terms, conditions and exclusions of the applicable policy. This Oeftlfloate la issued as ■ matter of information snit'y and centers no rights on the holder,,,,ll��nises otherwise epeeif`od and Imposes no liability an the Imenrer. . ia4gepresentative INSURANCE AGENCIES Datet May -Sig, 1907 Al WOM Of hfeA* &PAY Corp. 05/29/97 15 10 TX/RX NO 9698 P 002 05/29/97 16.16 FAX 604 432 0708 ESCON SOFTWARE — Q 003 1`7 97 a la WORKER5COMPEN5AMON BOARDWASM Malling AddmW PO BOX SM gin Temdnnl VANCOUVER BC V88 81.5 Road ONI e- SM WESTMINSTER HIGHWAY RICHMOND BC VIC 106 Toll Free In CC.1 666 RMZ s6 Teloplwnr 604 24440101 Fax Number 604 9"414180 Clearaneee: 804 9"60 1997 EMPLOYER'S, REMITTANCE FOF ASSESSMENT DEPARTMENT PERIOD COVERED ESCOM SOFTWARE 1SERVICES LTD h"m 518 - 4211 XINGSWAY BMWABY, Be V8H 1Z6 READ INSTRUCTION GUIDE ON REVERSE BEFORE COMPLETING FORM PAGE 1 OF 1 005 - JAN 01 97 NUMBER 509029-14 DUE DATE APR 20 97 Tha lower aartlah 1 this fare an{ the uaraarlaxa Poyean east ha 11941Yad by tnt aua eep to scald a Nal P4TY ddedflaMr s1 5X OF YOUR REVIOUS QUARTERLY ROF YOURRCQU TERLYpREHMANCE� 9Eran if woar - deer PAYABLE- lv nli. you euvx a2111 rat rn Lha laver porous of tale ford 1 06/02/97 18 00 FAX 604 432 9708 ESCOM SOFTWARE [a 001 %ESCt---- SOFTWARE SERVICES LTD. FACSIMILE COVER PAGE *BC VS SUITE 318 - 4211 KLNGS W Y' BURN3146 6 1Z6 TELEPHONE (604) 43877361 ACSIMILE (604) 43?(9703 TO Company. 20-r V V-bA City Attention_ Fax PAGE I OF Date �+^t- a' a7 Time FROM: If the number of pages InaicEted are not received, please phone ( 604) 43S 7361 / 4314636 and speak to the sender - COMMENTS. w 06/02/97 18 00 FAX 004 432 9708 ESCOM SOFTWARE R 002 Corporation RENTAL VEHIC,I.E POLICY Insurance ppeaP+IRMWITTO SECTION in OF THE RE OM M=UkTm gig" off British�C luMbIg RANO7t►IOTORVogMMAe. UNOERTR6 WRBl1=tMERPRAPr2 CAL®TNQFMJLAnwq , THE APPLICANT (HEREINAFTER CALLED THE NAMED INSURED) HEREBY APPLIES T07HE CORPORATION PURSUANTTOTHE INSURANCE (MOTOR VEHICLE) ACT SHALL AND THE FORREVISED RT OFTHE POUCY(OF 1N8URANCE HEREBY APPLIED FORTHE BWHIC 1 REGULATION) BE A9 FOLLOW � POLICY, AND THIS 79aG58 pvm, O F—e--F -116 � � yip I 1 . 7 I MIMeER W CONSIDERATION OFTHE PREMIUM PAID FOR THIS POLICY AND WHERE DURING THE TFHm Or I ma rw•. , �.- ^--•-- - - - - RISE TO ACLAIM UNDER THIS POLICY, THE CORPORATION SHALL BE LIABLE AS HEREIITIONS AND NAFTER DESCRIBED AND PPUCA LE H THE - FORS B LOSS OR DAMAGE OR BENEFITS PART OFTHE REGULATION BUT AS MAY BE PAYABLE NO D EACH OF THEFOLLOWING9ECnON9 LIMITATIONS APPLICABLE HERETO' FOR SUCH max - - 61,000,00 lef0 A Tm PARrYLEBAL OAe2�TY9+ARTBI As P!R REGULATION B AocowreowrivryRT AT1 AS PSR REWLAnON 0 VN092NBYReO MOTORIeTPROYEOTION ppARTT4 WABION 21 0 ( mm CAMAaE IPARre, OIV+BION 2) WHO in BIW TO "lAMe01N&1ReD n NOT A REaIOERT OF ZRMSH COLUMBIA NOT VALID OUTSIOBB CANADA AND THE UNlI=- STATER OF AMERICA. QOMPRBi ielvo 00®I10TIM E gloo So PER nAY TOYALumrrMO NWABER OF OAYB =FROMM615,0 4 MINIMUM AND RETAINED PREMIUM S20 CA94 ❑ cimum -MIS ALLALSOFORMPARTOFTHISPOLICYANDSHALLBEBINDINGUPONTHE�1 SHCONDITIONSFWK PART OF TSI,S DPOZ.XCY AND THE THE SPECTAT• TWAINS A39D COpD�TXO)A$ 11iTTAC OD YAOOOWLE"U-'THETERMSANDCONDITIONSFAND DECLARES SIGNATURE BY THE NAMEDIN$URWOFTH18POLICWINSURF DINTHIS pOUCy GIVES LSPARTICULARS WHEREOLICY OF YREDTOBESTATW HTTHE FOREGOING AICUaARE TRUIL AND EBENSORFAISTODISC09E1NTHIS POLICY ANA QRPR R010WNBLYMIERBPOR COMMIT$ A FRAUD, OCT REQU' PSPF HEREINR(19) INSURED CONTRAVESATERMORGOP INEHIIOUCYONSURAC ORTHEREGULATIONNANY OR ,NIRLREBPECOFACWM OF AN INSURED TO RECOVER INDEMNITY OF' CLAIM BY THE NAMED INSURED OR AN I MIINI ADOITIONORABANALTERNATIVE,WHEREAPPROPR ATEANDAPP CABLE,THECORPORATIONMAY CANCELTHE SAID SECTION 66 OF THE REGULATION) - SIONAjTiR6OF WAURED TIMEOFVAOOATION '�'Y 4,1-` 3 7 AX tJ „ W.C- v- APV2e1 (WSS) I I'g5URwS CCpv