Loading...
HomeMy WebLinkAboutSumtotal Systems LLC; 2022-11-29; City Attorney Approved Version 9/27/16 1 AGREEMENT FOR WORKFORCE MANAGEMENT SYSTEM UPGRADE SERVICES SUMTOTAL SYSTEMS, LLC THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2022, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Sumtotal Systems LLC ("Contractor"). RECITALS A. City requires the professional services of a software solutions provider that is experienced in upgrading the Sumtotal Workforce Management System. B. Contractor has the necessary experience in providing professional services and advice related to upgrading the Sumtotal Workforce Management System. C. 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. 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 year from the date first above written. 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 will be eighty-nine thousand seventy-seven dollars and fifty cents ($89,077.50). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". 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 DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D November 29th City Attorney Approved Version 9/27/16 2 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 attorneys fees directly arising out of the performance of the work described herein caused by any gross negligence, recklessness, 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. 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. DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 3 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 $2,000,000 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: 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. DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 4 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. 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 For Contractor Name Maria Callander Name Ron Jones Title IT Director Title Director of Customer Success Department IT Address 2850 NW 43rd Street - Suite #150 City of Carlsbad Gainesville, FL - 32606 USA Address 1635 Faraday Ave Phone No. 702-419-1148 Carlsbad, CA 92008 Email ron.jones@sumtotalsystems.com Phone No. 442.339.2454 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. /// /// DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 5 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. Yes 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 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. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 6 the event of termination of this Agreement by either party 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. 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. DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 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 CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Assistant City Manager (print name/title) ATTEST: By: (sign here) FAVIOLA MEDINA City Clerk Services Manager (print name/title) 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 Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President 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: CINDIE K. McMAHON, City Attorney BY: _____________________________ City Attorney DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DC GM SumTotalJim Gill DocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D for City Attorney Approved Version 9/27/16 8 EXHIBIT “A” SCOPE OF SERVICES AND FEE Introduction The purpose of this Statement of Work (“SOW”) is to communicate the tasks and resources required to assist City with the upgrade of selected modules in the SumTotal suite listed below. The upgrade of the SumTotal Workforce Management system from the City’s current version to the most current available version will be done in a customer enablement fashion, with Contractor providing guidance and advice on configuration of system options, and the City performing much of the hands-on configuration, giving City resources the opportunity to learn by doing and build the familiarity needed to maintain the system after go-live. The performance of this Statement of Work involves activities to be performed by both parties. This SOW specifies the primary responsibilities of the City in order for the projected to be completed in the timeframe and budget provided. Module Summary As part of this SOW, the following modules will be upgraded (specific details provided in the Services Scope section below). • SumTotal Core Platform • SumTotal Workforce Management Description of Implementation Services 1.1 Implementation Approach Project Methodology The upgrade effort under this SOW will be performed following Contractor’s TotalSuccess methodology. This is a linear approach through the following specific project phases, with iterative configuration and testing: • Envision: The joint team holds a kickoff meeting to review the project scope, goals, approach, and timeline, and the project managers prepare the initial detailed project plan • Plan and Design: The joint team conducts consulting workshops to capture information about the future-state process design and configuration decisions which will guide the implementation and configuration of the application. Data requirements are developed from this information. Desired functionality or processes to be configured after the completion of this SOW are captured for future reference. • Configure and Integrate: Contractor implements the application environments and assists City with upgrade/importation of City data, configuration of processes, rules, and content, and setup of ongoing data integration with external system(s). City will conduct simple unit testing during the configuration effort. DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 9 • Test and Validate: City conducts structured validation of data and configuration, and teams manage and resolve issues. Configuration is adjusted based on feedback from testers. Teams complete knowledge transfer and training for system administrators to prepare them for ownership of the system after Go Live. • Deploy: Final configuration is deployed to the production environment and City team is transitioned from Professional Services to Contractor on-site managed services team. City assumes ownership and maintenance of their configured site(s). Project Governance Project Management is critical to the success of this project. As the primary point of contact, the Project Managers are responsible for coordinating the resources and activities of their teams and involving the correct resources to address the technical and functional questions and issues that arise throughout the project. They are also responsible for overseeing communication, planning, risk management, and budget planning – all critical elements that significantly contribute to the success of the project. Project Management is a joint responsibility of both parties. The project management methodology will include weekly project status meetings involving the project teams (project managers from both parties at a minimum and other technical/functional team members as appropriate) and monthly (or as needed) Governance Committee meetings which will involve the executive sponsors and key decision makers from each party. These meetings will allow participants to review the overall project progress, identified project risks, risk responses, and any critical issues escalated to the committee for resolution. Contractor will provide project management for the entire project, including: • Jointly developing the project plan with the City’s Project Manager based on the standard Contractor methodology and a draft prepared by the Contractor’s Project Manager o This may be done onsite in a multi-day workshop, as jointly determined by the parties • Identifying, tracking and managing issues, risks and action items • Managing and coordinating documents and deliverables • Providing weekly status reports and conducting weekly status calls • Coordinating Contractor resources • Managing the project budget and scope • Maintaining the issues log • Scheduling and leading governance calls with the representatives from both organizations’ management City will provide project management with responsibility for City resources and deliverables, including: • Developing the project plan with Contractor’s Project Manager • Managing City tasks, resources, and timelines in coordination with Contractor project plan • Coordinating City deliverables and action items on schedule • Ensuring participation of full City team and decision makers in kickoff call and project plan review DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 10 • Completing project onboarding activities (e.g. training, etc.) prior to kickoff meeting • Creating and conducting an appropriate change management plan for administrators and users to ensure successful transition and adoption of the new system 1.2 Implementation Activities The following is a description of the activities to be performed by Contractor and City resources. 1.2.1 Project Management Contractor Activities • The Contractor’s Project Manager serves as the primary point of contact for the duration of this project, will complete the project setup and closure tasks, and will assign and coordinate all Contractor resource activities for the project while maintaining schedules, and budgets. • The Contractor’s Project Manager (PM) will also complete project planning, project kickoff preparation activities, as well as participate in Go Live readiness and preparation as part of the official Countdown to Go Live (CTGL) process. City Activities • The City’s Project Manager serves as the primary point of contact for the duration of this project and will assign and coordinate all City resource activities for the project while maintaining schedules, and budgets. • The City’s Project Manager will also work with Contractor to coordinate project Kickoff and planning activities as well as participate in Go Live readiness and preparation as part of the Countdown to Go Live (CTGL) process 1.2.2 Contractor Infrastructure and Environment Validation Contractor Activities • Create an upgrade QA environment on Contractor infrastructure to house the upgraded database, latest version of the application environment and upgraded City custom components. This environment will facilitate custom component migration to the latest version, and Contractor development unit and smoke testing of the upgraded City system. This environment will be used to validate any custom development remediation measures taken. • Create an upgrade UAT environment on Contractor Infrastructure to house the upgraded database, latest version of the application environment and upgraded City custom components. This environment will facilitate custom component migration to the latest version, Contractor SME unit and smoke testing of the upgraded City system, and validation of any custom development remediation measures taken. • Create Stage and Pre-Production (to become Production) environments. These environments will be the upgrade environments that will replace the existing version’s Stage and Production environments. The Stage environment will be DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 11 used to stage promotion of City custom components to the Pre-Production environment. The Pre-Production environment will facilitate UAT testing and will be used for Parallel Testing prior to the upgrade production cutover. This is to ensure that all configuration, core application and custom components are validated and exercised in the Pre-Production environment prior to the upgrade Go Live cutover City Activities • Perform testing/validation of the Stage and Pre-Production environments to ensure all required functionality is available and working properly • Report any issues to Contractor, including relevant use cases, observed behavior, expected behavior, screenshots where appropriate, and steps to reproduce the issue • Perform basic triage • Provide Pre-Production Environment Signoff certifying the system has been thoroughly tested and all Go Live Blockers have been addressed in preparation for Go Live 1.2.3 Database Upgrade Contractor Activities • Perform the Database Upgrade and deploy to Contractor hosted upgraded environment(s) • Diagnose and remediate any data related issues that emanate from the upgrade process City Activities • Validate upgraded data upon release of Pre-Production environment • Assist with completion of assigned configuration tasks following Dry Run • Document configuration and validation activities following Dry Run to assist with Go Live planning 1.2.4 Custom Component Upgrade Contractor Activities • Upgrade City custom components to be compatible with the latest version of SumTotal Workforce Management and conform to the standards of the latest version of SumTotal Workforce Management. • Validate upgraded custom rules by executing a subset of test cases City Activities • Provide initial use cases for unit testing of the upgraded rules, using Contractor- provided testing template. DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 12 • Perform testing of upgraded rules and inform Contractor of any corrections required due to unexpected results. • Participate in review of custom rules and risk analysis. • Provide any additional use cases for any rules, tasks, batch processes, utilities or reports that fail during validation. • Perform required additional rule validation and identify the specific use cases for any rules or processes that generate unexpected results during end-to-end system testing in the City upgraded Test environment • Perform appropriate triage of testing issues and provide Contractor with detailed information on tests that have failed, along with actual vs. expected results. 1.2.5 Jaspersoft Reports Upgrade Reports will be upgraded as necessary to account for database schema changes. There will be no changes to business logic. Contractor Activities • Upgrade and deploy current production version Jaspersoft reports • Provide support and assistance with validation of Jaspersoft reports. City Activities • Validate upgraded reports layout and data within a reasonable timeframe • Report any issues to Contractor, including relevant use cases, observed behavior, expected behavior, screenshots where appropriate, and steps to reproduce the issues • Perform basic triage 1.2.6 Clock Support Contractor Activities • Deploy and configure the SumTotal Workforce Management Impulse Clock Server Component within the Contractor hosted Stage and Pre-Prod environments. • Validate clocks connect to the WFM server and pass swipes to the application and DB in Contractor Staging and Preproduction environments. • Provide assistance with clock related configuration. • Participate in Contractor CTGL process and Dry Run, coordinate all clock and hardware related activities with the project team and City team as relates to clock testing and configuration. City Activities • Allocate an existing clock from production for WFM Upgrade testing purposes. Contractor confirms that the City’s existing clocks are compatible with the new version of SumTotal Workforce Management. DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 13 • Provide necessary resource(s) to participate with the Contractor Clock resource(s) in the testing and configuration required for the use of the latest version, Clock Server component. • Create and document all test, use cases and user stories required to validate the upgraded clock deployment. Test cases must include loading of individual clock punches and validation of each step on timesheets. Clock testing must mirror City day-to-day use of the clock and WFM system. • Perform appropriate triage of clock testing issues and provide Contractor with detailed information on tests that have failed, along with actual vs. expected results. This includes specific use case, screenshots, scope / impact of the issue, steps to reproduce, documentation and tracking of issues, and any other relevant data. 1.2.7 Implementation Consulting Contractor Activities • Assist City in planning and scheduling the upgrade project • Attend weekly status calls. • Environment & infrastructure requests and initial smoke testing of all environments. • Provide general consulting and knowledge transfer. • Answer City questions pertaining to the upgrade project, the latest version of SumTotal Workforce Management Software features and configuration details. • Participate in the Countdown to Go Live Process (CTGL) to ensure Go Live readiness. Maintain complete list of Go Live activities/assignments. City Activities • Assign experienced SumTotal Workforce Management Administrators to participate in project planning, training and absorb knowledge transfer, and ultimately take ownership of upgrade application configuration and support. • Attend weekly status calls. • Provide applicable business requirements. • Define applicable testing plan including the compilation of applicable test cases/use case scenarios. • Document any areas/gaps where knowledge transfer has been provided. • Participate in the Countdown to Go Live Process (CTGL) to ensure Go Live readiness. Partner with Contractor to maintain a complete list of Go Live activities/assignments. • Participation in the execution of upgrade Dry Run, which includes documentation of all steps performed that are required to ensure complete and correct upgrade of the Sumtotal Workforce Management system, document timing of each step of the process, coordinate with Contractor to maintain the upgrade Cutover CTGL Checklist. 1.2.8 New Feature Setup and Training Contractor Activities DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 14 • Provide training to City Administrators on new features based on City-provided list • Advise best practices in use and configuration of new features to replace current custom components • Assist City in setup and configuration of new features. City Activities • Identify 3 experienced City Administration resources to participate in applicable training sessions • City Administrators to absorb knowledge transfer and take ownership of configuration of City Stage and Pre-Production environments. • Document any gaps in knowledge and understanding for so that necessary topics can be covered in order to enable self-sufficiency with the ongoing support and administration of the solution • Provide knowledge transfer to additional City administrators/project resources as necessary • • Review Contractor product Release Notes and What’s New documentation in order to determine which new features are of interest, and provide a list to Contractor project team 1.2.9 Validation and Testing Support Contractor Activities • Assist City resources with running and validating batch jobs. • Assist City resources with running and validating external interfaces. • Provide basic unit and end-to-end testing support and guidance by Contractor Subject Matter Expert (SME). • Provide configuration and knowledge transfer assistance to the City for the purposes of application testing and system validation. • Provide testing support, guidance, best practices, and issue remediation assistance by Contractor Subject Matter Expert (SME) for the following validation cycles: o 1 round of Unit Testing ▪ 1 round in Pre-Production environment – 2 week duration • Week 1: test case execution • Week 2: remediation and revalidation o 1 round of UAT (User acceptance Testing) ▪ 1 round in Pre-Production environment – 3 week duration • Weeks 1-2: test case execution • Week 3: remediation and revalidation o 1 round of Parallel Testing in Pre-Production Environment – 1 week duration City Activities • Execute testing according to agreed upon timeline to include, but not limited to, validation of the following: DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 15 o All custom components o Application testing and converted data validation o Regression testing as applicable. Contractor will assist the City in identifying critical areas of concern related to specific areas of change. o Interface and integration testing o Webclock punch testing o Clock validation o File handling, batch process/runbook testing o User Group Preferences and Security o Accrual testing o Workflow testing o Initial triage of testing issues o User Interface, and any system integration testing o Reports o Scheduled tasks and o Webapps o New features for latest available version – remediation of current version product issues o 1 round of Unit Testing in Pre-Production environment including ▪ Individual test cases for all specific application functionality and custom components, including end-to-end test cases/scenarios based on business scenarios o 1 round of User Acceptance Testing (UAT) in Pre-Production environment including: ▪ End-to-end test scenarios for “Day In The Life Of” (DITLO) validation based on end user role and system access o 1 round of Parallel Testing in Pre-Production Environment includes ▪ Prior payroll runs in upgrade environment and dual entry for current pay period • City will also perform the following tasks: o Create all test cases prior and deliver them to the Contractor SME for review 2 weeks prior to the start of the testing period o Assist with triage by compiling failed test case examples including use/test case details, examples of the issue (employee ID, Date Range, timesheet/screen used, etc.), actual results vs expected results, and steps taken to reproduce the issue. o Maintain testing log, recording all details of pass/fail information, and provide weekly metrics with passed/failed results. o Provide assistance with the triage/configuration updates as necessary o Document all changes made to Stage and Pre-Prod environments in preparation for production rollout process. o Provide Pre-Production Environment readiness confirmation certifying the system has been properly configured and thoroughly tested and all Go Live Blocker issues have been addressed in preparation for Go Live. This will serve as acknowledgement of completion of testing with 100% Pass or acceptable workaround in place for issues deemed as Non-Go Live Blockers. 1.2.10 Go Live Preparation, Cutover and Hypercare Support DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 16 Contractor Activities • Provide upgrade Go Live cutover planning assistance, iterative planning using the Contractor Countdown to Go Live (CTGL) process, including 1 Dry Run of the database upgrade cutover process. • Provide up to 6 hours of consulting over the course of 1 week for pre-Go Live consulting support prior to upgrade cutover and release of upgraded system to City’s users • Provide up 12 hours of consulting over the course of 2 days for Go Live support during production cutover. • Up to 32 hours of remote Hypercare post-Go Live consulting support during the initial 2 weeks, or 2 payroll cycles, in support of Administrator activities. • Perform Transition to Customer Support process to complete the upgrade project. City Activities • Provide active participation by the City Workforce Management Administrators in the Countdown to Go-Live planning and Dry Run. This includes documenting all steps required to successfully complete the upgrade and configuration process, the sequence and elapsed time requirements for each step, executing the steps in the Dry Run processes and during the Upgrade Go Live cutover. • Complete post-Go Live configuration assignments • Immediate post-Go Live cutover validation of converted data and upgraded system including, but not limited to: o Core Platform o Webclocks o Clocks o Timesheets o Interfaces and integrations, including HR Refresh and Payroll export o Batch processes/Scheduled tasks o End user validation (all user groups, access and security) o File handling and automation o Accruals o Absence workflow o Reports o All other critical items and custom components • Change management, user and administrator training, end user training, and internal City communications • Provide Go Live end user support • Perform initial triage on all reported Go Live issues • Provide timely submission of issues encountered that the City Administrator team is not able to resolve. • Provide Contractor with detailed information on any production issues encountered, along with actual vs. expected results. This includes specific use case screenshots, scope / impact of the issue, steps to reproduce, and any other relevant data. • Provide active participation by City WFM Administrators during Hypercare period • Participate in Transition to Customer Support process DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 17 1.3 Services Scope 1.3.1 Project Management • Remote, part-time project management on average up to 4 hours per week for up to 16 weeks 1.3.2 Contractor Infrastructure • Environments provided by Contractor as part of the upgrade process: o QA – Upgrade version o UAT – Upgrade version o Stage – Upgrade version o Pre-Production - Upgrade version 1.3.3 Database Upgrade • Perform the upgrade of the City database up to current release version 3 times o Initial DB Upgrade to Pre-Production environment o Go Live Dry Run as part of the Contractor Countdown to Go Live (CTGL) process where Contractor and City perform a Dry Run/dress rehearsals of the Go Live cutover process in order to identify and document all steps and actions that must be taken in order to ensure a smooth and error free cutover and to document the elapsed times and schedules for the cutover process o 1 Go Live Cutover 1.3.4 Custom Component Upgrade • Upgrade City custom components and provide professional services in order to deliver changes for up to twelve (12) Rules, eight (8) Tasks, six (6) Web Apps, seven (7) Reports and other associated Custom Components. Appendix A contains the list of Custom Components included in the scope of this SOW. • This upgrade scope includes efforts for the upgrade of custom components listed in Appendix A as they currently function in the current version. The defined scope excludes any new custom component requirements or modifications of business logic and associated configuration. If updates to City components or business logic is required due to changing client requirements or changes in application design or behavior, each case will be analyzed and an estimate provided. Authorization for such work may require a change order. 1.3.5 Jaspersoft Reports Upgrade • All Jaspersoft reports currently deployed to current Production environment will be upgraded as part of the application upgrade. This upgrade does not include new report requirements, changes to business logic, or training. 1.3.6 Clock Support DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 18 • Support for SumTotal Workforce Management Impulse Clock Server Component and clocking process 1.3.7 Implementation Consulting • Business consultant, Technical Consultant and Subject Matter Expert will be assigned to this project during its estimated 16-week duration. If the project timeline is extended for any reason, additional consulting efforts may require a change order. 1.3.8 New Feature Setup and Training • This upgrade has been estimated as a like-to-like upgrade. The inclusion of new features in this upgrade is intended to resolve previously identified issues in the current WFM version, to take advantage of new features within the currently configured business processes, and to enable deprecation of custom rules and extensions. • New feature deployment will take the form of 1 iteration of remote training and configuration, and 1 iteration of initial validation assistance to confirm new overall functionality. • This upgrade estimate excludes any re-engineering of business processes and workflows. If updates to City requirements, functionality or business processes is desired, then each case will be analyzed and an estimate provided. 1.3.9 Validation and Testing Support • A 6-week validation support period is included in this upgrade project. If further Contractor validation support is needed or the validation period must be extended, a change order may be required. • Contractor will remediate all P0 and P1 (see Table 1 in section 1.3.10) test case failures prior to Go Live cutover. Any functionality or behavior scenarios that were not included in the validation, will be considered out of scope for the upgrade project and will be triaged and resolution may require a change order. 1.3.10 Go Live Preparation, Cutover and Hypercare Support • Estimate includes 1 Dry Run (Post-UAT testing and prior to Parallel testing in Pre-Production environment). • 4 weeks, or 2 payroll cycles, Hypercare support • Triage and resolution of any production issues reported to professional services team that are found to have not been included in the validation testing may require a change order. • At the end of the Hypercare period, all remaining open items (barring P0 or P1 issues) will be transitioned from the upgrade Contractor Professional Services team to the Contractor Customer Services team (see table below). Any additional Contractor Professional Services support may require a change order. System will not be deemed as Accepted until all open P0 and P1 issues have been resolved. DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 19 Priority Condition P0 These issues will be recognized as such as they involve a service interruption/outage where all users cannot access the environment(s). P1 This type of issue prevents completion of a major business function. This involves intrinsic, widespread effects. P2 System is operational, but impaired. These problems are specific to the individual use case being executed and are less critical in nature. There is a workaround available and end user/business impact is minimal P3 System is operational, but not optimal. There is a minor operational issue, or one that is cosmetic and may or may not be remedied using an acceptable workaround depending on client requirements. This issue may result in product feedback and/or enhancement requests Payment Terms 2.1 Project Fees Professional services fees for this engagement as described in this SOW are fixed fee as shown below. All prices provided herein are denominated in the currency of the United States of America ($ or USD). Project Element Fixed Fee Cost ($USD) SumTotal Workforce Management Upgrade $89,077.50 Total $89,077.50 Actual reasonable and out-of-pocket expenses and tax are not included herein and will be invoiced separately. If travel is required, the expenses will be limited as deemed necessary to the implementation of this project and reimbursed at cost by City. Contractor travel standards and practices will be applied to any travel required. 2.2 Implementation Payment Milestones All fees will be due and payable net 30 days from the invoice date. Milestone Description Payment Amount Approx Percent of Project Effort 1 Execution of SOW $22,296.38 25% 2 Upon delivery of Configured Stage Environment for testing. Subject to acceptance criteria as listed below. $22,296.38 25% 3 Upon Completion of Dry Run in Pre-Production environment. Subject to acceptance criteria as listed below. $22,296.38 25% 4 Upon Go Live Cutover. Subject to acceptance criteria as listed below $22,296.38 25% Total $89,077.50 100% DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 20 Acceptance Criteria For the project deliverables listed above, City shall have a period of (30) business days from the time a deliverable is made available for review (the “Acceptance Period”) to indicate Acceptance or Non-Acceptance of the deliverable by providing written notice to Contractor (email will suffice).If no notice is provided by the end of the Acceptance Period, then the deliverable is deemed Accepted. Assumptions • All effort estimates detailed in this document are for expectation-setting purposes only unless other specified or part of an effort-capped activity. Actual effort may vary and will not be reported on by Contractor. • Scheduling for professional services to be performed are based upon a first come first served basis and will be mutually agreed upon by the parties prior to the commencement of the Professional Services hereunder. • Services are provided during regular business hours (8:00 a.m. to 5:00 p.m. PST), not to exceed forty (40) hours per person per week, Monday through Friday, except legal holidays ("Business Hours"), unless otherwise specified by Contractor. The City will support Contractor’s holiday schedule and Contractor will support City’s holiday schedule • Communications and discussions related to the scope of this Statement of Work will be conducted and completed in the English language. • Services and documentation will be delivered following Contractor’s standard methodologies and templates. Additional requirements to adhere to city-specific methodologies may result in cost and schedule impact. • City is responsible for all User Acceptance Testing (UAT) documentation (i.e. test plans, test cases, scripts, and scenarios) and the development and the execution of all testing in relation to UAT. • Testing documentation and execution will include all known use cases and scenarios. Warranty and issue resolution will be provided for use/test cases that are included in the provided test case documentation. Remediation of undocumented issues or issues reported after completion of testing cycles may require a change order. • Use case / test case documentation will include all variations among different types of users, user groups, and any segmentation categorization or definition of users. • Testing will be performed using all browsers that will be used by City in production. • The scope defined in this Statement of Work stands alone to be delivered without dependency on any future functionality defined or to be added to the product roadmap. • The project is delivered in big-bang approach (one go-live) and is based on expected duration stated above from project start to end. If City requests additional assistance for future phases, that effort will be agreed upon separate from this Agreement. • Any efforts related to system performance/load testing by City is out of scope. If required, this will be scoped and agreed upon separately between Contractor and City. • The upgrade process does not include any reengineering of the Workforce Management business processes. If that should become necessary for any reason, the work effort will be estimated based on requirements at the time it becomes known. A quote will be provided, and the work authorized via Change Order process. DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 21 • The upgrade estimate does not include the implementation of any additional integrations or custom rules or changes to existing integrations or custom rules beyond what is specified in this quote and other than those necessary to conform to the updated formats and specifications of the target version. • The upgrade project may include enablement of new product features. If so, additional services may need to be added. • This upgrade project estimate is based on a 24-week project schedule. If the project schedule exceeds this timeframe, a change order may be required. • This upgrade does not include the deployment of a new single sign on solution. • City’s current Active Directory external authentication is included in the scope of work for this upgrade. • All deliverables must be tested/validated in Test and Stage environments prior to being deployed to Production. • All Custom Extensions must be tested/validated in Test and Stage environment prior to being deployed to Production. • City accepts that where any rule or component is determined to be supported by the WFM Core Application, then the rule or component will be deprecated from the upgraded environment and configured within the WFM core application, even if this requires a change to business processes. DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 22 Appendix “A” List of Custom Components Included in the Scope of this SOW Component Name Component Type Dyn_FlexDaysTask.cmd cmd Dyn_JLBudgetCheckingTask.cmd cmd Dyn_JLBudgetUpdate.cmd cmd Dyn_OrgKeyUpdate.cmd cmd Dyn_ProjectAndActivityUpdate.cmd cmd Dyn_TelestaffInterface.cmd cmd Dyn_CostAccountingInterface.cmd cmd Dyn_PRCU.cmd cmd Dyn_CalculateOverheadRateParams.java Params Dyn_ClearTimeSheetParams.java Params Dyn_CreateTimeSheetParams.java Params Dyn_MarkLastSavedTimestampParams.java Params Dyn_OvertimeBankingParams.java Params Dyn_WeeklyOvertimeParams.java Params Dyn_CostAccountingInterfaceParams.java Params Dyn_FlexDaysTaskParams.java Params Dyn_JLBudgetCheckingTaskParams.java Params Dyn_JLBudgetUpdateParams.java Params Dyn_OrgKeyUpdateParams.java Params Dyn_PrcuParams.java Params Dyn_ProjectAndActivityUpdateParams.java Params Dyn_TelestaffInterfaceParams.java Params Dyn_DailyAndAnnualAccrualForecastingParams.java Params Dyn_AccrualCascadeRule.java Rule Dyn_CalculateOverheadRateRule.java Rule Dyn_ClearTimeSheetRule.java Rule Dyn_CreateTimeSheetRule.java Rule Dyn_MarkLastSavedTimestampRule.java Rule Dyn_OvertimeBankingRule.java Rule Dyn_ResetAdjIndicatorForProtectedTimeRule.java Rule Dyn_ResetENTRecordsByOneMinuteRule.java Rule Dyn_ResetPayrollOffTimeOnShift80Rule.java Rule Dyn_WeeklyOvertimeRule.java Rule SetPayrollStartTimeToOriginalActualStartTimeRule.java Rule Dyn_DailyAndAnnualAccrualForecastingRule.java Rule CustomNamespace.Mssql.sql sql InsertGlobalVariables.Mssql.sql Sql DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D City Attorney Approved Version 9/27/16 23 InsertLocalization.Mssql.sql sql InsertRuleParameters.Mssql.sql sql InsertTaskerSettings.Mssql.sql sql QueryToolReport.Mssql.sql sql Dyn_CostAccountingInterface.java Task Dyn_FlexDaysTask.java Task Dyn_JLBudgetCheckingTask.java Task Dyn_JLBudgetUpdate.java Task Dyn_OrgKeyUpdate.java Task Dyn_PRCU.java Task Dyn_ProjectAndActivityUpdate.java Task Dyn_TelestaffInterface.java Task Dyn_CustomPayrollVO.java Util Dyn_TelestaffConstants.java Util Dyn_CarlsbadInterfaceUtil.java Util Dyn_PayrollPdateComparator.java Util Dyn_CostAccountingVO.java Util Dyn_JLBudgetUpdateVO.java Util Dyn_OrgKeyUpdateVO.java Util Dyn_PrcuVO.java Util Dyn_ProjectActivityUpdateVO.java Util EmailContent.java Util EmailObject.java Util Dyn_OvertimeBankingUtil.java Util Dyn_WeeklyOvertimeUtil.java Util Dyn_DailyAndAnnualAccrualForecastingUtil.java Util ReportingAction.java Webapp PdfUtil.java Webapp ReportingUtil.java Webapp activity.jsp Webapp main.jsp Webapp project.jsp Webapp FMLALeaveAbsenceReport JasperReport LeaveUsageDetailReport JasperReport PartTimeHoursBalanceReport JasperReport TimecardCheckReport JasperReport UnpaidAbsenceReport JasperReport YearlyLeaveUsageReport JasperReport reportMessages.properties JasperReport RuleSet.xml XML ScheduleRuleSet.xml XML DocuSign Envelope ID: 990D5EAA-9498-4DD5-8585-30D367F4E8DCDocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D Administrative Services Information Technology 1635 Faraday Ave. Carlsbad, CA ZIP code  760-602-2450 t Memorandum October 31, 2022 To: Geoff Patnoe, Assistant City Manager From: Doug Kappel, IT Applications Manager Via: Maria Callander, Director of IT Laura Rocha, Deputy City Manager, Administrative Services Re: Agreement for Workforce Management System Upgrade Implementation Services SumTotal Systems, LLC This memorandum provides an explanation of the Agreement for Workforce Management System Upgrade Implementation Services SumTotal Systems, LLC. Purpose of Agreement This Agreement is for professional services to assist with upgrading the city’s SumTotal time keeping system. The city has been using the existing version of the system since the last upgrade which was completed in 2019. To ensure continued vendor support as well as system stability and security, an upgrade is necessary. The new version will resolve existing bugs and implement new functionality that will improve processes and increase the productivity of finance payroll staff. Budget Impact The project and budget to upgrade for SumTotal was approved in the FY2022-23 SDTIP and is funded through the Technology Investment Capital Fund. The cost of the upgrade is $89,077.50 but will not have an impact to the annual maintenance cost that is budget within the IT Department’s annual operating costs. Attachment: A - Agreement for Workforce Management System Upgrade Implementation Services SumTotal Systems, LLC. cc: Doug Kappel, IT Dept. Applications Manager Brent Gerber, IT Dept. Senior Management Analyst DocuSign Envelope ID: B59C0ECF-0624-4DBD-A2C7-BB1DF40955B9DocuSign Envelope ID: DB57E1D8-0D89-490B-8BC5-F71AACEE964D