Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Teksystems Government Services LLC dba Teksystems Inc; 2018-10-02;
AGREEMENT FOR INFORMATION TECHNOLOGY STAFFING SERVICES TEKSYSTEMS GOVERNMENT SERVICES, LLC. DBA TEKSYSTEMS, INC. £') TH/~/\G~MENT is made and entered into as of the J,r./x day of (;?"~ , 20 / & by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and TEKSYSTEMS GOVERNMENT SERVICES, LLC., a Maryland corporation, ("Contractor"). RECITALS A City requires the professional services of an information technology staffing firm that is experienced in information technology staffing services. B. The professional services are needed on a non-exclusive, project by project basis. C. Contractor has the necessary experience in providing professional services and advice related to information technology staffing services and needs. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those supplemental IT staffing services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. The Services will be performed on a time and material basis with tasks given by city staff. 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 the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The 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 periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed ninety eight thousand eight hundred and eighty dollars ($98,880). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed ninety eight thousand eight hundred and eighty dollars ($98,880), per Agreement year. The signing of a weekly timecard by an authorized City representative shall constitute acceptance of Services. Contractor shall submit invoices to City on a weekly basis. Payment for invoices will be due to Contractor within thirty (30) days from Invoice date. If at any time City wishes to hire any City Attorney Approved Version 6/12/18 Contractor employee who has not provided a minimum of six (6) months continuous service at the City, and Contractor has accepted City's request; City will pay Contractor an amount equivalent to the Contractor employees first year salary, including guaranteed bonuses, with City based on the following pro-rated scale: Days of Employment with City Fee owed to Contractor 0-30 days 20% 31-60 days 17% 61-90 days 15% 91-120 days 12% 121-150 days 10% 151-180 days 5% 181+ days 0% Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees 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. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's City Attorney Approved Version 6/12/18 2 fees arising out of the performance of the work described herein caused by any negligence, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable in the furtherance of Services provided under this agreement. Under no circumstances shall either party be liable 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. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-: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 Insurance Commissioners (NAIC} latest quarterly listings report. 10.1 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. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 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 no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 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. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: City Attorney Approved Version 6/12/18 33 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 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. 10.5 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. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. Ill Ill Ill 4 City Attorney Approved Version 6/12/18 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City Name Title Doug Kappel IT Applications Manager Department Information Technology City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. Email 760.602.2791 doug. kappel@carlsbadca.gov For Contractor Name Title Address Phone No. Email Art Miguel Account Manager 4180 Village La Jolla Dr. Suite 450 San Diego, CA 92037 858.320.2730 amiguel@teksystems.com 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. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. YesD No~ 17. GENERAL COMPLIANCE WITH LAWS Contractor 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 of the 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 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. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both City Attorney Approved Version 6/12/18 5 parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By 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 submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies 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 recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding 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. City Attorney Approved Version 6/12/18 6 23. JURISDICTION AND VENUE Any 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 change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This 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 of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 6/12/18 7 26. 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 to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR By f2r$- (sign here) Jonathan Gerber/Sr. Manager of Operations (print name/title) ,-- By: k--· (sign here) Ricky Almada/Sr. Manager of Operations (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: ATTEST: \1w= tZ1li: ~ , ~ARBARA ENGLESON (/ L,ity Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A-;;;;J~rney BY: __________ _ Assistant City Attorney City Attorney Approved Version 6/12/18 8 EXHIBIT "A" SCOPE OF SERVICES 1. Contractor shall provide a qualified and experienced person/s who is capable of fulfilling the information technology skills listed below. 2. Contractor will provide both remote and on-site business information technology consulting services. 3. Each Contractor-supplied staff, placed at the City of Carlsbad, will not work in excess of 960 hours per fiscal year while employed by the Contractor. 4. Contractor shall determine if any of the Contractor-supplied staff to be placed at the City has ever been a member of CalPERS. If any individual has been a member of CalPERS, Contractor shall notify the City of this information and will not place those individuals with the City unless and until the City expressly agrees to the placement of said person(s). PURPOSE City of Carlsbad has requested TEKsystems to provide the recruitment, placement and administrative management of a technical resource to assist on projects as outlined further in this Scope of Services on a time and materials basis under the daily technical direction of the City of Carlsbad. Under the general direction of the Information Technology Manager, the Senior Database Administrator will: • Design, develop and maintain the city's databases hosted on Microsoft SQL database servers that serve applications across the enterprise. • Monitor performance and database connectivity issues and troubleshoot database performance problems and provide solutions based on analysis and research using knowledge of operating systems, relational databases and database technologies. • Maintain city's data warehouse that serves as a central repository of data from disparate data sources across the city. • Perform and maintain database backups. • Monitor daily database jobs including SSIS packages. • Apply latest Microsoft SQL service packs and patches and conduct post patch testing. • Perform database housekeeping and maintain database security in accordance with industry best practices. • Create analyze and trouble shoot Microsoft SQL queries and stored procedures. City Attorney Approved Version 6/12/18 9 TEKSYSTEMS RESPONSBILITIES The primary duties of TEKsystems will include: • Recruiting a qualified resource according to the scope outlined above • Payroll the resource • Provide administrative oversight of the resource • Provide timely time and materials invoicing CITY OF CARLSBAD RESPONSIBLITIES The primary duties of the City of Carlsbad will include: • Provide general direction and guidance of all resources provided by TEKsystems • Provide TEKsystems personnel with suitable workspace while working onsite at the City of Carlsbad • Make available all City of Carlsbad staff as required PROJECT COST ESTIMATIONS This project will be performed on a Time and Materials basis. Bill Rate is $103.00/hour for work performed by the TEKsystems consultant up to 40 hours in the work week. All wages, expenses, insurance and fees are included in this rate. The Overtime Bill Rate is $154.50/hour for work performed by the TEKsystems consultant for hours that exceed 40 hours in the work week. All wages, expenses, insurance and fees are included in this rate. RESOURCE QTY WKLY ESTIMATED TOTAL HRLY ESTIMATED HRS #WEEKS HRS RATE COST Database 1 40 26 960 $103.00 $98,880 Administrator The set hourly fee will be dependent on the current California Multiple Award Schedule (CMAS), contract number 3-17-70-3361A fee schedule. The CMAS fee shall be the maximum fee per hour for the services performed. EXPENSES, BILLING INFORMATION, AND INVOICING Expenses: TEKsystems will bill for any project-related expenses. All expenses will be itemized and are subject to prior approval by City of Carlsbad. City Attorney Approved Version 6/12/18 10 Invoicing: Client will be invoiced on a weekly basis for hours worked the previous week. Payment on invoices is due to TEKsystems, Inc., NET 30 days from the invoice date, at TEKsystems P.O. Box 198568 Atlanta, Georgia 30384-8568 City Attorney Approved Version 6/12/18 11 ACORD@ CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 06/04/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~u,.,~~ Certificates NAME: Altus Partners, Inc PHONE (610)526-9130 I FAX (610) 526-2021 '• tr No. "•"· (A/C, Nol: 919 Conestoga Road !t1t'~~ss: certificates@altuspartners.com Building 3, Suite 311 INSURER($) AFFORDING COVERAGE NAIC # Rosemont PA 19010 INSURER A: ACE American Insurance Co 22667 INSURED INSURER B: ACE Property and Casual tv Insurance COD 20699 TEKsystems, Inc INSURER c: Illinois Union Insurance Co. 27960 7437 Race Road INSURER D : Federal Insurance Co. 20281 INSURER E: Hanover MD 21076 INSURER F: COVERAGES CERTIFICATE NUMBER: Standard + Prof/Fid REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WlTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE l•••~n ,,..,n POLICY NUMBER IM M/DD/YYYYI IMM/DD/YYYYI LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 -~ CLAIMS-MADE Ci] OCCUR DAMAGE TO RENTED A PREMISES (Ea occurrence) $ 1,000,000 -X $1,000,000 SIR G27871227 11/30/2017 11/30/2018 MED EXP (Any one person) $ 10,000 --PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 Fl DPRO-DLOC 2,000,000 POLICY JECT PRODUCTS -COMP/OP AGG $ OTHER. $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 {Ea accident) - ANY AUTO BODILY INJURY (Per person) $ A -ALL OWNED -SCHEDULED X AUTOS AUTOS H09063377 (H&NO) /H09063365 11/30/2017 11/30/2018 BODILY INJURY (Per accident) $ --NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS (Per accident) $ --$ X UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ 15,000 000 -B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 15,000,000 DED I X I RETENTION $ 100,000 G27926691 003 11/30/2017 11/30/2018 $ WORKERS COMPENSATION C64618842 (AOS) 11/30/2017 11/30/2018 XI ~~fTUTE I j OTH-ER AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE 0 C64618854 (CA, MA) E.L EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A A (Mandatory in NH) C64618829 (WI) E.L. DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under C64618866 (TN) DESCRIPTION OF OPERATIONS below E.L DISEASE -POLICY LIMIT $ 1 000 000 C Professional Liability G23658112 010 11/30/2017 11/30/2018 ($1 M SIR) $SM per claim $5,000,000 Agg D Fidelity (3rd Party) 8221-4266 11/30/2017 11/30/2018 $5,000,000 LMT DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) This certificate is issued as evidence of insurance, subject to the policy terms, conditions and exclusions, including the following provisions: •The General, Auto and Excess Liability policies provide Additional Insured status, apply on a Primary and Non-Contributory basis, and includes a Waiver of Subrogation if required by the Certificate Holder per a written contract executed prior to the date of loss. •The Workers' Compensation policy includes a Waiver of Subrogation and provides Alternate Employer status if required by the Certificate Holder per a written contract executed prior to the date of loss. CERTIFICATE HOLDER CANCELLATION serviceagreements@teksystems. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad ACCORDANCE WITH THE POLICY PROVISIONS. 1200 Carlsbad Village Drive Carlsbad, CA 92008 AUTHORIZED REPRESENTATIVE I Krista Dean/NLK ~ © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) INS025 (2014011 The ACORD name and logo are registered marks of ACORD ,/ ,/ ./ COMMENTSffiEMARKS •The Fidelity policy includes Certificate Holder as a payee for any loss from theft or forgery caused by the Insured's employees and covered by the policy. •Producer will endeavor to send written notice to the Certificate Holder 30 days prior to cancellation of any policy listed above. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. ADDITIONAL INSURED-DESIGNATED PERSON OR ORGANIZATION Named Insured Endorsement Number Allegis Group Inc. 5 Polley Symbol I Polley Number I Polley Period Effective Date r:J Endorsement XSL G27871227 11/30/2017 to 11/30/2018 Issued By (Name of Insurance Company} ACE American Insurance Company Insert Iha policy number. The remainder of the Information Is lo be ccmpleled only when this endorsement Is Issued subsequent lo Iha preparallon of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: EXCESS COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Person or Organization: Any person or organization whom you have agreed to include as an additional insured under a written contract. provided such contract was executed prior to the date of loss. 1 A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for flbodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: 1. In the performance of your ongoing operations; or 2. In connection with your premises owned by or rented to you. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill - Limits Of Insurance And Retained Limit: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Authorized Representative XS-6W25b (04/13) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 CGS CALIFORNIA DEPARTMENT OF GENERAL SERVICES February 21, 2017 Mr. Ryan Berry TEKsystems Government Services, LLC 7437 Race Road Hanover, MD 21076 Governor Edmund G. Brown Jr. Subject: TEKsystems Government services, LLC California Multiple Award Schedule (CMAS) CMAS Contract No.: CMAS Contract Term: Base GSA Schedule No.: 3-17-70-3361 A February 21, 2017 through July 31, 2021 GS-35F-0353L The State of California is pleased to accept your firm's offer to establish a California Multiple Award Schedule (CMAS) contract, which we have assigned the CMAS contract number and term identified above. This contract number must be shown on each invoice rendered. Additionally, this letter shall not be construed as a commitment to purchase any or all of the State's requirements from your firm. Prior approval is required from the State for all news releases regarding this contract. It is your firm's responsibility to furnish, upon request, a copy of this CMAS contract to State and local government agencies. A complete CMAS contract includes the following: 1) this acceptance letter, 2) CMAS cover pages (which includes the signature page, ordering instructions and special provisions, and any attachments or exhibits as prepared by the CMAS Unit), 3) CMAS terms and conditions, 4) Federal GSA terms and conditions, and 5) product/service listing and prices. The CMAS Unit strongly recommends that government agencies place orders with Contractors who provide ALL of the contract elements described above. To manage this contract, Contractors are directed to the "CMAS Contract Management and Information Guide", which can be accessed at www.dgs.ca.gov/pd/programs/leveraged/cmas.aspx, then select the "For Suppliers/Contractors" link. This guide covers topics such as CMAS Quarterly Reports, amendments, extensions, renewals, Contractor's change of address or contact person, company name change requests, and marketing your CMAS contract. It is the Contractor's responsibility to submit on a timely basis detailed CMAS Quarterly Reports (along with any applicable incentive fees). THE NEXT QUARTERLY REPORT DUE FOR THIS CONTRACT IS 91-2017 (JAN-MAR) DUE BY APR 15, 2017. The "Approved CMAS Contractor" logo is only available to CMAS contract holders for display at conferences or on other marketing material. A login and password is required to download the logo. Go to http://www.dgs.ca.gov/pd/Resources/FormsResourcesLibrary.aspx , then select "Reference Material"; click on "CMAS Logos· under the heading "Marketing Tools". At the prompt, enter the login: "cmassupplier" and the password: "cmas010194". Should you have any questions regarding this contract, please contact me at 916/375-4554. Thank you for your continued cooperation and support of the CMAS Program. o\~~ JANNA WELK, Program Analyst California Multiple Award Schedules Unit PROCUREMENT DIVISION I State of California I Government Operations Agency 707 Third Street, 2nd Floor I West Sacramento, CA 95605 I 1916.375.4365 f 916.375.4663