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