Loading...
HomeMy WebLinkAboutAccuvant Inc; 2007-07-12;RATIFICATION OF AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR NETWORK INTEGRATION SERVICES ACCUVANT, INC. e . This Ratification of Amendment No. 2 is entered into as of the /Y day thfh-a*-' , 2009, but effective as of the 30th e, 2008, extending and amending the agreement dated the twelfth day of July, 2007 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Accuvant Inc., a Colorado corporation, ("Contractor") (collectively, the "Parties"). RECITALS A. On July 12, 2007, the Parties executed an agreement for network integration services); and B. The term of the original agreement may be amended to extend for three (3) additional one (1) year periods or parts thereof; and C. The Agreement, lacking an extension, expired on June 30, 2008 and Contractor continued to perform work on the services specified therein without the benefit of an amendment to the Agreement; and D. The Parties desire to alter the scope of work of the Agreement to include the purchase and implementation of a Blue Coat Proxy device on the City of Carlsbad Safety Services network; and E. The Parties desire to extend the Agreement for a period of two years; and F. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The retroactive extension and amendment of the Agreement is ratified. 2. That the Agreement, as may have been amended from time to time, is hereby extended for a period of two (2) years ending on June 30, 2010 on a time and materials basis not-to-exceed fifty thousand dollars ($50,000) per agreement year. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 4. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed eleven thousand and thirty two dollars ($11,032). City Attorney Approved Version #05.22..01 ($11,032). 5. Contractor will complete all work described in Exhibit "A" by January 31 st, 2010. 6. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 7. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05.22..01 8. The individuals executing this Amendment 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 amendment. CONTRACTOR "By: CITY OF CARLSBAD, a municipal corporation of the State of California By: City Manager or Mayef (print name/title) ATTEST: (e-mail address) LORRAINE/MA WOOt) J Cfty Clerk CJ here) Qufl/v/ (print name/title) (e-mail address) 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: ? City Attorney By: " iDdptrty" City Attorney 'T City Attorney Approved Version #05.22..01 EXHIBIT "A" SCOPE OF SERVICES AND FEE DESCRIPTION OF ADDITIONAL SERVICES: Installation and configuration of a Blue Coat Proxy device at the Safety Center The contractor will install and configure the Blue Coat Proxy device at the Safety Center. Services and deliverables to include the following: • Delivery of Blue Coat SG210 Proxy device • Review configuration of existing Safety Center proxy device • Knowledge transfer from contractor to Safety Center IT staff on new proxy device and configurations • Assist Safety Center IT staff with device configuration at time of installation • Ensure that configuration of new device is up, operational and meets the needs of Safety Center IT staff • Ten (10) hours of implementation services • Support services for one (1) year for hardware and software. Support is 24x7 for one year, from the date of delivery / installation (pick one) Contract Ipact Item Blue Coat SG210 Proxy (includes sales tax) Sales tax Hardware support (24x7x4) Software support (24x7) Implementation Services Total estimates Rate / Cost $ 6,500 $537 $ 715 $780 $250/ Hour Hours 0 0 0 10 10 Total $ 6,500.00 $ 537.00 $ 715.00 $ 780.00 $ 2,500.00 $ 11,032.00 City Attorney Approved Version #05.22..01 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT PROJECT: Security Assessment for the City Treasurer's Office This Second (2nd) Project Task Description and Fee Allotment, is entered into on Qc&bur 7.1 , 2008, pursuant to an Agreement between Accuvant, Inc., and the City of Carlsbad, dated July 12 2007 (the "Agreement"), as may have been amended from time to time, the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide services related to the assessment of policies, procedures, and technical security controls in place for the City Treasurer's Office and deliver comprehensive documentation detailing the findings and steps to remediate risks found. Task Description and Fee Allotment ("Table 1"), contains a description of the tasks involved for this assessment ("Project"). The Project services shall include assessment, report on findings, guidelines for remediation and knowledge transfer. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within fifteen (15) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within sixty (60) working days thereafter. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown on Table 1, herein. Fees shall be paid on a fixed price basis for work completed and a not-to-exceed basis for travel associated with completion of the Project. Progress payments shall be based on work completed. Table 1, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Additional task groups, not shown in Table 1, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment shall not exceed twelve thousand three-hundred seventy-five dollars ($12,375.00), including travel City Attorney Approved Version #07.24.02 If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column 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. CITY OF CARLSBAD, a municipal corporation of the State of California Date: Administrative Services Director By: n V APPROVED AS TO FORM: ^City Attorney B Deputy City Attorney City Attorney Approved Version #07.24.02 TASK DESCRIPTION AND FEE ALLOTMENT Security Assessment for the City Treasurer's Office Table 1 TASK DESCRIPTION Security Posture Assessment, Analysis and Remediation Plan completed for City of Carlsbad Treasurer's Office. Tasks include: Information Gathering & Environment Overview Gather Input & Documentation Review Enterprise Assessment Personnel Interviews Internal Testing & Analysis Physical Security Gap Analysis Network Architecture Analysis Configuration Reviews Remediation Planning and Knowledge Transfer Report Describes the security posture of the City Treasurer's environment and offers a list of immediate action items to improve that security posture. Consists of an executive summary, a detailed list of the work performed, a scorecard of the areas tested, a listing of the key security measures already in place, a listing of the security issues that were identified, the risk they pose, and recommendations on how to fix or mitigate the risks identified. Travel and Expenses (not-to-exceed) TOTAL (Not-to-Exceed) FEE $11,250.00 $1,125.00 $12,375.00 Executed by Contractor this /"-H day of, CONTRACTOR: /rCcau&t/T. :£/uc-. 2008 (name of Contractor) By: (sign here) (print name/title) (e-mail address) (print name/title) (e-mail address) City Attorney Approved Version #07.24.02 AMENDMENT NO. 1 TO EXTEND THE AGREEMENT FOR NETWORK INTEGRATION SERVICES ACCUVANT, INC. This Amendment No. 1 is entered into and effective as of the 30th day of June, 2008, extending the agreement dated July 12, 2007 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Accuvant, Inc., a Delaware corporation, ("Contractor") (collectively, the "Parties"). RECITALS A. The Parties desire to extend and fund the Agreement for a period of one (1) year; and NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year ending on July 12, 2009 in an amount not to exceed fifty thousand dollars ($50,000). 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. City Attorney Approved Version #05.22.01 4. The individuals executing this Amendment and the instruments referenced 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 hereof of this Amendment. (sign here) Dan Wilson. VP of Partner Relationships (print name/title) dwilson@accuvant.com (e-mail address) 'By: (sign here) Edward Wittman. Chief Financial Officer (print name/title) ewittman@accuvant.com (e-mail address) CITY corpojp municipal rnia ori^faybr ATTEST: LORRAINE M. WOOD City 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: RONALD^BALL, City Attorney Jeputy City Attorney City Attorney Approved Version #05.22.01 On this 30th day of June, 2008, there appeared before me, personally, Dan Wilson, to be known to me to be the individual described in, and who executed this AMENDMENT NO. 1 TO EXTEND THE AGREEMENT FOR NETWORK INTEGRATION SERVICES BETWEEN ACCUVANT, INC. AND THE CITY OF CARLSBAD, and he/ she thereupon acknowledged to me that he/ she executed the same. My commission expires: ^LJ^. 5/£> Notary Public Signa (Seal) City Attorney Approved Version # 05.22.01 MASTER AGREEMENT FOR NETWORK INTERGRATION SERVICES ACCUVANT, INC. THIS AGREEMENT is made and entered into as of the 11 day of _ , 2007, by and between the CITY OF CARLSBAD, a municipal corporation, (TCity"), and Accuvant Inc., a Colorado corporation ("Contractor"). RECITALS A. City requires the professional services of a network technology integration contractor that is experienced in security technology, practices, methodologies, implementation and management. B. The professional services are required on a non-exclusive, project-by- project basis. C. Contractor has the necessary experience in providing professional services and advice related to technology infrastructure implementation, integration and management. D. Selection of Contractor is expected to achieve the desired results in an expedited fashion. E. 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 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. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 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 from the date first above written to June 30, 2008. The City Manager may amend the Agreement to extend it for three (3) additional one (1) year periods or parts thereof in an amount not to exceed fifty thousand dollars ($50,000) per Agreement year. Extensions will be based upon a satisfactory review of 1 City Attorney Approved Version #04/03/02 thousand dollars ($50,000) per Agreement year. 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. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within fifteen (15) days after receipt of notification to proceed by City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the Administrative Services Director or Information Technology Director, as his designee. The Administrative Services Director or Information Technology Director, as his designee will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed fifty thousand dollars ($50,000) per fiscal year. Fees will be paid on a project-by-project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the City Manager, or Administrative Services Director, as his designee, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 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 2 City Attorney Approved Version #04/03/02 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 attorneys fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission 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. 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-:V". City Attorney Approved Version #04/03/02 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney 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. 10.1.1 Commercial General Liability Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per 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 and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance 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: 10.2.1 The City will be named as an additional insured on General Liability. 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. 4 City Attorney Approved Version #04/03/02 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, 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. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: For Contractor: Name: fepndo nTT^lento r>> Name: Title: \ . {.. atfVxrjgA. Title: Department: "£r\Prt T^-^ _ Address: G-Z- i lT^ St S,;k 2M Z S City of Carlsbad _ bow*r , Co Address: Kp"^S , . r^xACLccc -W . Phone No.: ?D *> Z/l Z - 0 &00 O/juJ)*: \rw~ifQ. rf Phone No.:1 5 City Attorney Approved Version #04/03/02 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 City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 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 that the services 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 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 5 City Attorney Approved Version #04/03/02 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 6 City Attorney Approved Version #04/03/02 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. 23. JURISDICTIONS 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 or 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. LIMITED NO-HIRE PROVISION City and Contractor recognize the highly trained and skilled nature of each other's employees and the significant investment each party has made in their respective employees. Consequently, both parties agree not to hire as an employee, independent contractor, agent, or any other capacity, any of the other's employees that have specifically worked on the project described in this Agreement, and have been on-site at any of the client locations, during the period of the project. This prohibition ends with the completion of work by the Contractor and acceptance of the work by the City. 26. 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. City Attorney Approved Version #04/03/02 8 City Attorney Approved Version #04/03/02 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. Executed by Contractor this_ CONTRACTOR: day of.,2001 . (name of Contractor) By: CITY OF CARLSBAD, a municipal corporation of the State of California By: City Manager or Mayor S ec re (print name/title}^ATTEST: (e-mail address) (sign here) VP (print name/title) UKRAINE M City Clerk (e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, document must be signed by one from each column: Column A Chairman, president or vice-president Column 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.) CITY OF CARLSBAD, a municipal corporation of the State of California APPROVED AS TO FORM: RONALD R. BALL, City Attorney City Attorney Approved Version #04/03/02 ity Attorney 10 City Attorney Approved Version #04/03/02 Exhibit A Schedule of Rates and Services Project based efforts Accuvant shall provide technology integration and deployment project services to the City of Carlsbad at a standard hourly rate of $250 an hour. This rate does not apply to "assessment" services. "Assessment" services costs will be determined on a case by case basis. Project hours standard requirements Minimum Charge 8 hours Overtime Surcharge: • Monday to Friday (before 7:30AM after 5:30PM) 1.5 times the hourly rate • Saturday 1.5 times the hourly rate • Sunday/Holidays 2 times the hourly rate Non-project based efforts For network integrations services provided outside of a planned project, the following rates and requirements apply. Block of Hours/Time and Materials Accuvant standard hourly rates are $250 an hour. City of Carlsbad can reduce their hourly rate by purchasing pre-paid blocks of hours for their projects in the following increments: 40 - 60 hours $240 per hour 61 - 80 hours $225 per hour 81-100 hours $200 per hour 01 - 200 hours $185 per hour These pre-paid blocks of hours will be invoiced once City of Carlsbad has chosen the number of hours desired. Work will commence once payment has been received by Accuvant. If no block is purchased, the invoice for integration and management services will be due upon receipt. Block of hours standard requirements Minimum Charge 3 hours Overtime Surcharge: • Monday to Friday (before 7:30AM after 5:30PM) 1.5 times the hourly rate • Saturday 1.5 times the hourly rate • Sunday/Holidays 2 times the hourly rate PROJECT TASK DESCRIPTION AND FEE ALLOTMENT PROJECT: This first (1st) Project Task Description and Fee Allotment, is entered into on , pursuant to an Agreement between Accuvant, Inc., ("Contractor") and the City of Carlsbad, ("City") dated INSERT DATE OF MASTER AGREEMENT, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide _. Attached as Appendix "A" ("proposal") is for _, (the "Project"). The Project services shall include . for the purposes described by the City. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within fifteen (15) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within sixty (60) working days thereafter. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials. Progress payments shall be based on work completed. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties' intent as to the elements, scope and extent of the task groups. Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is City Attorney Approved Version #07.24.02 TABLE 1 FEE ALLOTMENT IMPLEMENTATION OF POLICE NETWORK SERVERS TASK DESCRIPTION TOTAL (Not-to-Exceed) FEE $ Executed by Contractor this CONTRACTOR: day of ,200_ (name of Contractor) By: (sign here) (name of Contractor) By: (sign here) (print name/title)(print name/title) (e-mail address)(e-mail address) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: Administrative Services Director Date: APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Deputy City Attorney City Attorney Approved Version #07.24.02