HomeMy WebLinkAboutCDW Government LLC; 2019-09-24;SUPPLEMENTAL TERMS & CONDITIONS to the NATIONAL IPA CONTRACT #2018011-01
These Supplemental Terms and Conditions to the National IPA Contract #2018011-01, (“Agreement”) dated as of this __ day of ______, 2019 is between CDW Government LLC, having its principal office and place of business at 230 N. Milwaukee Avenue, Vernon Hills, IL 60061, (“Contractor”) and CITY OF CARLSBAD, a municipal corporation (“City”). The City is undertaking
certain activities related to acquiring Information Technology Products, Solutions and Services and the City desires to engage the Contractor to provide work in connection with such undertakings of the City.
RECITALS
A.City requires Products and professional services of a consulting services firm that isexperienced in information technology continuous improvement program services.
B.Contractor has the necessary experience in providing professional services and
advice related to information technology continuous improvement program services.
C.Contractor has submitted a proposal to City and has affirmed its willingness and abilityto perform such work.
D.Contractor was awarded National IPA Contract #2018011-01 (“NIPA Contract”)pursuant to a solicitation process. The NIPA Contract has been in effect since February 28, 2018.
Now, therefore, in consideration recitals and the mutual covenants contained herein, the City and Contractor agree as follows:
Unless expressly amended and/or superseded, the terms and conditions of this Agreement shall include, and expressly incorporate herein, all the terms and conditions of National IPA
Contract # 2018011-01, signed and dated by the City of Mesa, Arizona, a copy of which is attached hereto. For purposes of this Agreement, any and all references to the City of Mesa, AZ in the NIPA Contract shall also be a reference and include the City of Carlsbad, CA.
The parties agree that, to the extent the terms in this Agreement contradict or are in any way
inconsistent with any term in the NIPA Contract, the terms in this Agreement shall prevail.
The following terms of the NIPA Contract are hereby specifically modified solely for the purposes of this Agreement:
1.SCOPE OF WORKCity retains Contractor to perform, and Contractor agrees to render those services that are definedin attached Exhibit "A" Statement of Work (the “Services”) and to include Exhibit “B” SOW Termsand Conditions and Exhibit “C” Customer-Designated Locations of the Services, which is
incorporated by this reference in accordance with this Agreement’s terms and conditions. To theextent any of the terms in any exhibit to this Agreement conflict, in whole or part, with the terms ofthis Agreement, the terms of this Agreement shall prevail.
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
Sept.24th
2.STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in theMetropolitan Southern California Area, and will use reasonable diligence and best judgment whileexercising its professional skill and expertise.
3.TERMThe term of this Agreement will be effective for a period of one (1) year from the date first above written.The City Manager may amend the Agreement to extend it for three (3) additional one (1) year periodsor parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, Cityneeds, and appropriation of funds by the City Council. The parties will prepare a written amendmentindicating the effective date and length of the extended Agreement.
4.TIME IS OF THE ESSENCETime is of the essence for each and every provision of this Agreement.
5.COMPENSATION
RESERVED
6.STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and inpursuit of Contractor's independent calling, and not as an employee of City. Contractor will be undercontrol of City only as to the result to be accomplished, but will consult with City as necessary. Thepersons used by Contractor to provide services under this Agreement will not be consideredemployees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its
employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax,
retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor.
7.SUBCONTRACTINGAll Services performed under this Agreement will be performed by Contractor or its authorizedsubcontractors who have been identified to Customer and approved by Customer in advance, suchapproval not to be unreasonably withheld. Notwithstanding any delegation of Services, Contractorwill remain primarily responsible for the performance of the Services. Nothing contained in this
Agreement will create any contractual relationship between any subcontractor of Contractor and
City. Contractor will be responsible for payment of subcontractors. Contractor will bind everysubcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicableto Contractor's work unless specifically noted to the contrary in the subcontract and approved inwriting by City.
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
8.OTHER CONTRACTORSThe City reserves the right to employ other Contractors in connection with the Services.
9.INDEMNIFICATIONContractor agrees to indemnify and hold harmless the City and its officers, officials, employees andvolunteers from and against all claims, damages, losses and expenses including reasonableattorney’s fees arising out of the performance of the work described herein caused by any negligenceerrors, acts, mistakes or omissions by Contractor or any subcontractor, or willful misconduct of theContractor, any subcontractor. However, notwithstanding the prior sentence, any claim shall not bean indemnified claim if such claim or damage was caused in whole by the actions of the City, itsemployees, agents, contractors or representatives. Under no circumstances shall either party beliable to the other for any indirect, special or consequential damages (including, but not limited to,loss of profits, interest, earnings or use) whether arising in contract, tort or otherwise.
The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement
10.NOTICESThe name of the persons who are authorized to give written notice or to receive written notice onbehalf of City and on behalf of Contractor under this Agreement.
For City For Contractor
Name Ruthann Pearlman Name General Counsel
Title Client Service Manager Title General Counsel
Department IT Address 230 N. Milwaukee Avenue
City of Carlsbad Vernon Hills, IL 60061
Address 6135 Faraday Ave. Phone No.
Carlsbad, CA 92008 Email CDWG-PremiumPages@cdw.com,
Phone No. 760.248.7592
Each party will notify the other immediately of any changes of address that would require any notice
or delivery to be directed to another address.
11.CONFLICT OF INTERESTContractor shall file a Conflict of Interest Statement with the City Clerk in accordance with therequirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall reportinvestments or interests in all categories.
Yes No
12.GENERAL COMPLIANCE WITH LAWSContractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance ofthe Services by Contractor. Contractor will at all times observe and comply with these laws,ordinances, and regulations and will be responsible for the compliance of Contractor's services with
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and
will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement.
13.DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
14.TERMINATIONRESERVED.
15.COVENANTS AGAINST CONTINGENT FEESContractor warrants that Contractor has not employed or retained any company or person, otherthan a bona fide employee working for Contractor, to solicit or secure this Agreement, and thatContractor 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, orresulting from, the award or making of this Agreement. For breach or violation of this warranty, Citywill have the right to annul this Agreement without liability, or, in its discretion, to deduct from theAgreement price or consideration, or otherwise recover, the full amount of the fee, commission,percentage, brokerage fees, gift, or contingent fee.
16.CLAIMS AND LAWSUITSBy signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be
asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of
litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submittedto City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractoracknowledges that California Government Code sections 12650 et seq., the False Claims Actapplies to this Agreement and, provides for civil penalties where a person knowingly submits a false
claim to a public entity. These provisions include false claims made with deliberate ignorance of the
false information or in reckless disregard of the truth or falsity of information. If City seeks to recoverpenalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, includingattorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor toan administrative debarment proceeding as the result of which Contractor may be prevented to act
as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor
acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement.
17.JURISDICTION AND VENUEAny action at law or in equity brought by either of the parties for the purpose of enforcing a right or
rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County
of San Diego, State of California, and the parties waive all provisions of law providing for a changeof venue in these proceedings to any other county.
18.SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor andtheir respective successors. Neither this Agreement nor any part of it nor any monies due or to
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld.
19.WARRANTIES
RESERVED.
20.INSURANCEContractor 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 andauthorized to do business in the State of California. The insurance carrier is required to have a currentBest's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s
List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of
at least “A:X”; OR an alien non-admitted insurer listed by the National Association of InsuranceCommissioners (NAIC) latest quarterly listings report.
• Coverage and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk
Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor.
If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain
such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured.
• Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis,
including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If ageneral aggregate limit applies, either the general aggregate limit shall apply separately to thisproject/location or the general aggregate limit shall be twice the required occurrence limit.
• Automobile Liability. (if the use of an automobile is involved for Contractor's work for City).
$2,000,000 combined single-limit per accident for bodily injury and property damage.
• Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by
the California Labor Code. Workers' Compensation will not be required if Contractor has noemployees and provides, to City's satisfaction, a declaration stating this.
• Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with
limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five
years following the date of completion of the work.
• Additional Provisions. Contractor will ensure that the policies of insurance required under thisAgreement contain, or are endorsed to contain, the following provisions:
• The City will be named as an additional insured on Commercial General Liability which shallprovide primary coverage to the City.
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
• Contractor will obtain occurrence coverage, excluding Professional Liability, which will bewritten as claims-made coverage.
• This insurance will be in force during the life of the Agreement and any extensions of it andwill not be canceled without thirty (30) days prior written notice to City sent by certified mailpursuant to the Notice provisions of this Agreement.
Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement,
Contractor will furnish certificates of insurance and endorsements to City.
Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due
Contractor under this Agreement.
Submission of Insurance Policies. City reserves the right to require, at any time, complete and
certified copies of any or all required insurance policies and endorsements.
21.BUSINESS LICENSEContractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
22.ENTIRE AGREEMENTThis Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms ofthe Agreement supersede the purchase order. Neither this Agreement nor any of its provisions maybe amended, modified, waived or discharged except in a writing signed by both parties.
///
///
///
///
///
///
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
23.AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority tobind Contractor to the terms and conditions of this Agreement
IN WITNESS HEREOF, THE PARTIES HERETO HAVE CAUSED THIS SUPPLEMENT TO THE
NATIONAL IPA CONTRACT #2018011-01 TO BE EXECUTED AND INSTITUTED ON THE DATE
FIRST ABOVE WRITTEN.
SIGNATURES
In acknowledgement that the parties below have read and understood this Statement of
Work and agree to be bound by it, each party has caused this Statement of Work to be
signed and transferred by its respective authorized representative.
CDW Government LLC City of Carlsbad (CA)
By:
Name:
Title:
Date:
By:
Name:
Title:
Date:
Mailing Address:
230 N. Milwaukee
Ave. Vernon Hills,
IL 60061
Mailing Address: Street:
City/ST/ZIP:
The following PSM has given approval:
Eric Rivard
Billing Contact (If different than above):
Street:
City/ST/ZIP:
Maria Callander
Information Technology Director
1635 Faraday Avenue
Carlsbad, CA 92008
ATTEST:
___________________________
BARBARA ENGLESON
City Clerk
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
By: ________________________Assistant City Attorney
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
T.J. Isselhard
Supervisor, Service Contracts
9/12/2019 9/24/2019
for
EXHIBIT A
STATEMENT OF WORK
Project Name: Continuous Improvement Program Seller Representative:
Rich Adams 805-559-
0563richada@cdw.com
Customer Name: City of Carlsbad (CA)
CDW Affiliate: CDW Government LLC
SOW Created Date: August 1, 2019 Solution Architect:
Christian Leonard
Version: 2
This statement of work (“Statement of Work” or “SOW”) is made and entered into on the date
signed by both parties (the “SOW Effective Date”) by and between the undersigned, CDW
Government LLC (“Provider”, “Seller” and “we”) and City of Carlsbad (CA) (“Customer” and
“you”).
PROJECT DESCRIPTION
PROJECT SCOPE
The Quarterly Continuous Improvement Program (CIP) is ideal for organizations that are
looking for a continuous improvement and maintenance program for their support center and
ITSM solution. CIP can ensure that your investment in ServiceNow continues to drive
increasing returns by providing continued development and support from ServiceNow-
certified developers as well as best practices consulting with an eye toward the future and a
focus on utilizing the ServiceNow platform to its fullest potential.
The CIP program will commence on the 1st day of the month following the project go-live date,
unless agreed to start sooner by both parties. CIP will provide access to Support Services,
Provider’s ITIL- and ServiceNow-certified support department. Support Services can support
your IT department’s ServiceNow initiatives as well as provide the consistency of regularly
scheduled improvements to your system without the overhead of a full-time administrator. Also
included is a monthly review session with Provider Advisory Services Senior Consultant.
Advisory Services are dedicated ITIL-certified best practices consultants focused on design
and process and will work with you and Support Services to ensure that your processes align
with your implementation of ServiceNow and identify areas of improvement. This program
entitles Customer to a lower project billing rate.
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
PROGRAM HIGHLIGHTS
• Full departmental support – a single point of contact with the resources of a dedicated department
• Regular review sessions with Support Services senior/principal consultants
• Regular review sessions with Provider Advisory Services Senior Consultant
• Access to all Provider development experts to resolve any issue or answer any question
• Flexible quarterly options starting at 20 hours per quarter on up
• Free technical support incidents within 15 minutes (limit 1 per day)
• ServiceNow system administration services
• Rates guaranteed for length of SOW
• Designated consultant assigned to Customer
• Discount on Service Billing Rates for:
o Overages to quarterly contract
o All onsite work
o Project work
PROGRAM TASKS MAY INCLUDE
• Regularly scheduled service dates for resource planning
• Regularly scheduled meetings to review status and direction of the system
• ServiceNow system administration services
• Designated application specialists assigned to Customer
• Service available Monday-Friday 8:00am - 5:00pm CT (Excluding National Holidays)
CIP SERVICES INCLUDED
The following ServiceNow Services may be included within this SOW. (Actual services will vary based upon requirements)
• Regular review of ServiceNow system configuration
• Regular maintenance on a scheduled basis that may include
o Archiving old records
o Clearing out old activity log and email records
o Performing consistency checks on the ServiceNow structure
• Design workshops and document creation for the roll out of additional applications
• Address issues, questions, and customizations as needed
• System configuration, screen design, automation, and upgrades where they are of
appropriate complexity to fit within the regularly scheduled program hours (work of
sufficient complexity/scope that exceeds the chosen level of program hours would
utilize project hours)
• Process review and improvement where appropriate within the regularly scheduled
program hours
• Provide knowledge transfer/mentoring as needed with the designated Customer contact
• Report customization/configuration as needed
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
Any incidents/requests via call or email that span beyond 15 minutes will count against
Customer’s 40 hours. Incidents/Requests that are less than 15 each do not count against
program hours. Unused hours for a given quarter will expire and do not rollover
Services not specified in this SOW are considered out of scope and will be addressed with a separate SOW or Change Order.
PROJECT SCHEDULING
Customer and Seller, who will jointly manage this project, will together develop timelines for an
anticipated schedule (“Anticipated Schedule”) based on Seller’s project management methodology. Any dates,
deadlines, timelines or schedules contained in the Anticipated Schedule, in this SOW or
otherwise, are estimates only, and the Parties will not rely on them for purposes other than initial
planning.
TOTAL FEES
The total fees due and payable under this SOW (“Total Fees”) include both fees for Seller’s
performance of work (“Services Fees”) and any other related costs and fees specified in the
Expenses section (“Expenses”). Unless otherwise specified, taxes will be invoiced but are not
included in any numbers or calculations provided herein.
Seller will invoice for the Total Fees. SERVICES FEES
Services Fees hereunder are FIXED FEES, meaning that the amount invoiced for the Services will be $35,000.00.
The invoiced amount of Services Fees will equal the amount of fees applicable to each
completed project milestone, as specified in Table 1.
Table 1 – Services Fees
Project Milestones Percentage Fees
Quarter 1 25% $8,750.00
Quarter 2 25% $8,750.00
Quarter 3 25% $8,750.00
Quarter 4 25% $8,750.00
Totals 100% $35,000.00
Customer’s Plan: 40 CIP hours will be billed 30 days before quarter start
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
EXPENSES
Neither travel time nor direct expenses will be billed for this project. The parties agree that there will be no travel required for this project.
Two (2) weeks’ advance notice from Customer is required for any necessary travel by Seller personnel.
CUSTOMER-DESIGNATED LOCATIONS
Seller will provide Services benefiting the locations specified on the attached Exhibit “A” (“Customer-Designated Locations”).
PROJECT-SPECIFIC TERMS
1. Customer is responsible for providing all physical and communications access,
privileges, environmental conditions, properly functioning hardware and software,
qualified personnel, project details, material information, decisions/directions, and
personnel and stakeholder interviews that are reasonably necessary to assist and
accommodate Seller’s performance of the Services (“Customer Components”).
2. Seller is not responsible for delays in performance directly caused by the
unavailability of the Customer Components and will have the right, with prior written
notice and after a reasonable opportunity for Customer to correct the failure, to
reassign Seller personnel to work unrelated to this SOW and the services hereunder
or to invoice Customer for time Seller personnel are thereby idled if reassignment is
not feasible.
3. Both parties will treat all employee personally identifiable information as confidential per
the Agreement.
4. Customer will provide in advance and in writing, and Seller will follow, all applicable
Customer safety and security rules and procedures.
5. Customer is responsible for security at all Customer-Designated Locations; Seller is not
responsible for lost or stolen equipment.
6. This SOW can be terminated by either party with cause upon at least thirty (30) days’
advance written notice.
7. This SOW can be terminated by the Customer without cause upon at least thirty (30) days’ advance written notice.
8. THERE ARE NO DELIVERABLES PROVIDED BY SELLER UNDER THIS SOW.
9. SOME OR ALL OF THE SERVICES PROVIDED UNDER THIS SOW WILL BE
PERFORMED BY SELLER’S SUBCONTRACTOR: APTRIS, INC.
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
12
EXHIBIT B
SOW TERMS AND CONDITIONS
CONTACT PERSON(S)
Each Party will appoint a person to act as that Party’s point of contact (“Contact
Person”) as the time for performance nears and will communicate that person’s name
and information to the other Party’s Contact Person.
The Customer Contact Person is authorized to approve materials and Services provided
by Seller, and Seller may rely on the decisions and approvals made by the Customer
Contact Person (except that Seller understands that Customer may require a different
person to sign any Change Orders amending this SOW). The Customer Contact Person
will manage all communications with Seller, and when Services are performed at a
Customer-Designated Location, the Customer Contact Person will be present or
available. The Parties’ Contact Persons shall be authorized to approve changes in
personnel and associated rates for Services under this SOW.
PAYMENT TERMS
Customer will pay invoices containing amounts authorized by this SOW within thirty (30)
days of Customer’s receipt of the invoice. Any objections to an invoice must be
communicated to the Seller Contact Person within thirty (30) days after receipt of the
invoice.
EXPIRATION
This SOW expires and will be of no force or effect unless it is signed by Customer and
Seller within thirty (30) days from the SOW Created Date, except as otherwise agreed by
Seller.
CHANGE ORDERS
This SOW may be modified or amended only in a writing signed by both Customer and
Seller, generally in the form provided by Seller (“Change Order”).
In the event of a conflict between the terms and conditions set forth in a fully executed
Change Order and those set forth in this SOW or a prior fully executed Change Order,
the terms and conditions of the most recent fully executed Change Order shall prevail.
MISCELLANEOUS
This SOW shall be governed by that certain City of Mesa Agreement Number 2018011
Information Technology Solutions & Services between CDW Government LLC and City of
Mesa, Arizona, administered by National IPA, effective March 1, 2018 (the “Agreement”).
If there is a conflict between this SOW and the Agreement, then the Agreement will
control, except as expressly amended in this SOW by specific reference to the
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
13
Agreement. References in the Agreement to a SOW or a Work Order apply to this SOW.
This SOW and any Change Order may be signed in separate counterparts, each of which
shall be deemed an original and all of which together will be deemed to be one original.
Electronic signatures on this SOW or on any Change Order (or copies of signatures sent
via electronic means) are the equivalent of handwritten signatures. This SOW is the
proprietary and confidential information of Seller.
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
14
EXHIBIT C
CUSTOMER-DESIGNATED LOCATIONS
Seller will provide Services benefiting the following locations (“Customer-Designated Locations”).
Table 3 – Customer-Designated Locations
Location(s) Service(s)
City of Carlsbad
1635 Faraday
Ave Carlsbad, CA
92008
☐ Assessment
☐ Configuration
☐ Design
☐ Implementation
☐ Knowledge Transfer
☐ Project Management
☐ Reconfiguration
☐ Reinstallation
☐ Staff Augmentation
☑ Support
☐ Training
☐ Custom Work
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
Policy Number:H-660-5D53096A-PHX-17DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83
DocuSign Envelope ID: BD5FBAE5-D545-4F17-AF17-98F253EAAE83