HomeMy WebLinkAboutCarahsoft Technology Corporation - Formal Coopertaive Purchase Agreement - 08.29.24UUL:Uwy II CIIvtmyl1 IU. \�ILI /UMJ-7LJ V-4 V4 V-OC:JJ-/ IOJV/GJ0LrJ
FORMAL COOPERATIVE PURCHASE AGREEMENT
THIS AGREEMENT (Agreement) is made and entered into EFFECTIVE
8/29/2024 . by and between CITY OF FRESNO, a
California municipal corporation (City), and Carahsoft Technology Corporation, a
Corporation (Vendor).
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and of the covenants,
conditions, and promises hereinafter contained to be kept and performed by the
respective parties, it is mutually agreed as follows:
1. The Charter for the City allows for cooperative purchase agreements for materials,
supplies and equipment. The City is allowed to piggyback an existing government
agency's agreement, under Fresno City Charter 1208. The parties agree the
Vendor was the lowest responsive and responsible bidder for Invitation for Bid
(IFB) issued by Utah NASPO ValuePoint Master Agreement Number AR2472. The
IFB is attached hereto as Exhibit A and is incorporated herein by reference. The
Parties agree that the Vendor has entered a Cooperative Purchase Contract with
Carahsoft Technology Corporation (Original Government Contract).
2. Vendor's Obligation. Vendor shall provide those services and carry out that work
described in the Original Government Contract, which is attached hereto as
Exhibit A and is incorporated herein by reference, subject to all the terms and
conditions contained or incorporated herein.
3. City's Obligation. City shall make to the Vendor those payments described in
Exhibit A, subject to all the terms and condition contained or incorporated herein
4. Notwithstanding the requirements that the Original Government Contract is fully
binding on the Parties, the parties have agreed to modify certain non -material
provisions of the Original Government Contract as applied to this Agreement
between the Vendor and the City, as follows:
a) City's Insurance and Indemnity provisions attached as Exhibit B.
b) Address change for the City: Notwithstanding the address and
contract information for the government entity as set out in Exhibit A, the Vendor
agrees that notices and invoices will be sent to:
City of Fresno
Attention: Melissa Perales
2101 G Street, Bldg A
Fresno, Ca 93706
Phone: (559) 621-1157
E-mail: melissa.perales@fresno.gov
FAX: (559) 457-1564
GSD-S Formal Cooperative Purchase Agt.(10-2023)
-1-
LJUUUbl I I CI IV t::IUpt:: I LJ. %-, l 41 1 UM0-U/-0U-'4UVU-0C:JJ- I I OJU / CJOGt-J
c) Notwithstanding anything in Exhibit A to the contrary, this
Agreement shall be governed by, and construed and enforced in accordance with , the
laws of the State of California, excluding however, any conflict of laws rule which would
apply the law of another jurisdiction. Venue for purposes of the filing of any action
regarding the enforcement or interpretation of this Agreement and any rights and duties
hereunder shall be Fresno County, California.
d) All other provisions in the Original Government Contract are fully
binding on the parties and will represent the agreement between the City and the Vendor.
[Signatures follow on the next page.]
GSD-S Formal Cooperative Purchase Agt.(10-2023)
-2-
VUI:UJnJ.I I GI IvtznupC IU. / I ODU! CJ0LrJ
IN WITNESS WHEREOF, the parties have executed this Agreement at Fresno,
California, the day and year first above written.
CITY OF FRESNO,
a California municipal corporation
By: FDocuSigned by:
[,laSSa PL4,ab S 8/29/2024
e rffd5PbM%s
Purchasing Manager
No signature of City Attorney required.
Standard Document #GSD-S Formal
Cooperative Purchase Agt. (10-2023)
has been used without modification, as
certified by the undersigned.
LT_
uftned by:
By: 7m eo%a 8/29/2024
Ta m r4°T84r1r Abe
Senior Procurement Specialist
ATTEST:
TODD STERMER, CMC
City Clerk
DocuSigned by:
By:EV-4
buy 8/29/2024
BCA, 3M20864E3 Date
Deputy
Addresses:
CITY
City of Fresno
Attention: Melissa Perales
2101 G Street, Bldg A
Fresno, Ca. 93706
Phone: (559) 621-1157
E-mail: melissa.perales@fresno.gov
FAX: (559) 457-1564
Attachments:
Exhibit A - Participating Addendum
Exhibit B - City's Insurance and Indemnity
GSD-S Formal Cooperative Purchase Agt.(10-2023)
CARAHSOFT TECHNOLOGY
CORPORATION
DocuSigned by:
By: I rDbtyf Nbm 8/13/2024
A6r08A?CFA5A48C...
Name:
Robert Moore
Title: vice President
(If corporation or LLC., Board Chair,
Pres. or Vice Pres. )
DocuSigned by:
By: �jWaA& SAjf/�jt.�aMk 8/13/2024
4404540FD88F1?E
Name: j i l l i an szczepanek
Title: controller
(If corporation or LLC., CFO, Treasurer,
Secretary or Assistant Secretary)
Vendor:
Carahsoft Technology Corporation
Attention: Robert Moore
11493 Sunset Hills Road, Ste 100
Reston, VA 20190
E-mail: robert.moore@carahsoft.com
-3-
L/VUUJIIy.II CI IVCIVp- IL/, I.iI LI / I IOJVI CJDLrJ
EXHIBIT
Participating Addendum
UUVUJIIy.II GI IVCIUFIC IU. l../LI / IOJUI CJOLf J
STATE OF CALIFORNIA
PARTICIPATING ADDENDUM NUMBER 7-17-70-40-05
AMENDMENT 3
Cloud Solutions
Utah NASPO ValuePoint Master Agreement Number AR2472
Carahsoft Technology Corporation (Contractor)
The parties mutually agree to amend Participating Addendum 7-17-70-40-05 as follows:
1) Section 7. PRICING is revised to read as follows:
A. Contractor's pricing is outlined in the Utah NASPO ValuePoint Master
Agreement Number AR2472.
2) Section 16. CONTRACT MANAGEMENT, subparagraph A is revised to read as
follows:
A. The primary Contractor Contract Manager for this Participating Addendum
shall be as follows:
Contractor
Na
� Phone;
j Contract Manager
Mariah Edwards
(818) 449-3729
Email: Mariah.Edwards carahsoft.com
Address: Carahsoft Technology Corporation
Mariah Edwards
11493 Sunset Hills Road, Suite 100
Resto, VA 20190
Page 1 of 2
L UV.,UJIIy.II CIIvt Ilui1C IL/. l.il L/ / UMJ-.7GJV-4 U'4 V-O C:JJ-I IOJV I F-OD4 J
Participating Addendum 7-17-70-40-05
Amendment 3
3) Section 18. EXECUTIVE ORDER N-6-22 — RUSSIA SANCTIONS is hereby added
to read as follows:
18. EXECUTIVE ORDER N-6-22 — RUSSIA SANCTIONS
On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-
22 (the EO) regarding Economic Sanctions against Russia and Russian
entities and individuals. "Economic Sanctions" refers to sanctions imposed
by the U.S. government in response to Russia's actions in Ukraine, as well
as any sanctions imposed under state law. The EO directs state agencies
to terminate contracts with, and to refrain from entering any new contracts
with, individuals or entities that are determined to be a target of Economic
Sanctions. Accordingly, should the State determine Contractor is a target of
Economic Sanctions or is conducting prohibited transactions with
sanctioned individuals or entities, that shall be grounds for termination of
this Participating Addendum. The State shall provide Contractor advance
written notice of such termination, allowing Contractor at least thirty (30)
calendar days to provide a written response. Termination shall be at the
sole discretion of the State.
All other terms and conditions of the Participating Addendum shall remain in full force
and effect.
IN WITNESS WHEREOF, the parties have executed this Amendment as of the date of
execution by both parties below.
STATE OF CALIFORNIA
Department of General Services
Agency Name
Digitally signed by Julie
hews
Julie Matthews Date: 20023.062916:09:08 6/29/2023
-0r00'
Authorized Signature Date Signed
Julie Matthews, MAU2 Supervisor
Printed Name/Title of Person Signing
707 Third Street
West Sacramento, CA 95605
Address
CONTRACTOR
Carahsoft Technology Corporation
Contractor Name
06/22/2023
Authorized Signature Date Signed
_ Kristina Smith, Contracts Director
Printed Name/Title of Person Signing
11493 Sunset Hills Rd, Suite 100, Reston, VA 20190
Address
Page 2 of 2
UUUUJIly.1I CI IVCIUptC IU. lam! L! 1 OVU! CJDGrJ
STATE OF CALIFORNIA
PARTICIPATING ADDENDUM NUMBER 7-17-70-40-05
AMENDMENT 2
Cloud Solutions
Utah NASPO ValuePoint Master Agreement Number AR2472
Carahsoft Technology Corp. (Contractor)
The parties mutually agree to amend Participating Addendum 7-17-70-40-05 as follows:
1) Section 3. TERMS AND CONDITIONS/INCORPORATION OF DOCUMENTS is
updated to read as follows:
A. Terms and conditions listed below are hereby incorporated by reference and
made a part of this Participating Addendum as if attached herein and shall apply
to the purchase of goods or services made under this Participating Addendum.
Terms can be viewed on the DGS Procurement Division website
(https://www.dgs.ca.gov/PD/Resources/Page-Content/Procurement-Division-
Resources-List-Folder/Model-Contract-Language).
i. General Provisions — Information Technology (GSPD-401 IT) effective
9/5/2014.
ii. Cloud Computing Software as a Service (SaaS) General Provisions
effective 6/7/2019.
iii. Cloud Computing Special Provisions for Software as a Service (SaaS)
effective 03/15/18.
iv. Cloud Computing Special Provisions for Infrastructure as a Service (IaaS) &
Platform as a Service (PaaS), effective 05/11 /16.
2) Section 5. AVAILABLE PRODUCTS AND SERVICES is updated to read as follows:
A. The following service offerings from the Utah NASPO ValuePoint Master
Agreement Number AR2472 are allowed under this Participating Addendum:
1) Software as a Service (SaaS)
2) Infrastructure as a Service (IaaS)
3) Platform as a Service (PaaS)
3) Section 6. RESTRICTIONS/DISALLOWED PRODUCTS AND SERVICES (STATE
AGENCIES ONLY) is updated to read as follows:
A. The following product/service offerings are disallowed for state agencies under
this Participating Addendum:
1) Value Added Services, including Additional Value Added Services such as
Maintenance Services; Deployment Services; Consulting/Advisory Services;
Architectural Design Services; Statement of Work Services; Partner Services,
and Training Deployment Services
Page 1 of 3
L/UUUDIY1I CI IVulLopC IL/. l.il G/ /UM0—S4JU—'4U'f U—OGJJ—I IOJUI C00GrJ
Participating Addendum 7-17-70-40-05
Amendment 2
B. Product and service categories that are available on mandatory California
statewide contracts cannot be purchased from this Participating Addendum by
State agencies without an exemption. Prior to issuing a purchase order, State
agencies are responsible for obtaining an exemption from DGS, and/or California
Department of Technology (CDT).
C. State agencies must first obtain approval by the California Department of
Technology (CDT) to use this Participating Addendum for Infrastructure as a
Service (laaS) and/or Platform as a Service (PaaS) purchases in accordance
with Technology Letter 17-06 (www.cdt.ca.gov/wp-content/uploads/2017/08/TL-
17-06. pdf).
4) Section 14. CONTRACT MANAGEMENT subpart A is updated to read as follows:
A. The primary Contractor Contract Manager for this Participating Addendum shall
be as follows:
Contractor: Carahsoft Technology Corp.
Name: Alex Cord
Phone: 703-871-8500
E-Mail: Alex. Cord(EDCarahsoft.corn
Address: 11493 Sunset Hills Road, Suite 100
Reston, VA 20190
5) Section 9 FULFILLMENT PARTNERS/AUTHORIZED RESELLERS is updated to
read as follows:
A. Contractor may use State -approved Authorized Resellers under this Participating
Addendum for sales and service functions as defined herein.
1) Orders may be placed with the Contractor or Authorized Resellers.
2) Authorized Resellers must accept purchase orders and accept payment
from ordering agencies for products and services offered under this
Participating Addendum.
3) Authorized Resellers are responsible for sending a copy of all purchase
orders and invoices to the Contractor for compliance with quarterly usage
reporting and administrative fee requirements.
4) All purchase documents to Authorized Resellers shall reference the
Participating Addendum Number and Contractor Name.
Page 2 of 3
UVVUJIIJ.II CI IVt::1UPU IU. VI LI I 1 IOJUI CJCGrJ
Participating Addendum 7-17-70-40-05
Amendment 2
B. Contractor shall be responsible for successful performance and compliance with
all requirements in accordance with the terms and conditions under this
Participating Addendum, even if work is performed by Authorized Resellers. All
State policies, guidelines, and requirements shall apply to Authorized Resellers.
C. Contractor will be the sole point of contact with regard to Participating Addendum
contractual matters, reporting, and administrative fee requirements.
D. Subject to the approval of the State, Authorized Resellers may be added on a
quarterly basis during the term of the contract. Contractors shall notify the State
of any deleted Authorized Resellers or changes to current Authorized Resellers'
contact information in writing at any time during the contract term.
E. Contractor will be required to submit Authorized Reseller requests, in a format
specified by the State, to the State Contract Administrator for approval.
F. State -approved Authorized Resellers will be posted on the State's Cal eProcure
website.
All other terms and conditions of the Participating Addendum shall remain in full force
and effect.
IN WITNESS WHEREOF, the parties have executed this Amendment as of the date of
execution by both parties below.
STATE OF CALIFORNIA
Department of General Services
Agency Name
�• August 11, 2021
Authorized Signature Date Signed
Stephanne Lim, MAU2 Supervisor
Printed Name/Title of Person Signing
707 Third Street
West Sacramento, CA 95605
Address
CONTRACTOR
Carahsoft Technology Corp.
Contractor Name
8/11 /2021
Authorized Signature Date Signed
Kristina Smith - Director of Contracts
Printed Name/Title of Person Signing
11493 Sunset Hills Road, Suite 100
Reston, VA 20190
Address
Page 3 of 3
L/VI:UJylI CI IvuluyC IL/, I,/G/ / I IOJV/CJ0GrJ
STATE OF CALIFORNIA
PARTICIPATING ADDENDUM NO. 7-17-70-40-05
AMENDMENT NO. 1
Cloud Solutions
Utah NASPO ValuePoint Master Agreement No. AR2472
Carahsoft Technology Corp.
The parties hereto mutually agree to amend Participating Addendum Number 7-17-70-40-05 as follows:
1. Authorized Resellers outlined in Section 9 (Fulfillment Partners/Authorized Resellers)
is revised to reflect the following:
Authorized Resellers are available for this Participating Addendum:
ISSUE PURCHASE ORDER TO
Orders may be placed with Carahsoft Technology Corp. or with an Authorized Reseller as
indicated below:
Orders placed with Carahsoft Technology Corp.
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
1860 Michael Faraday Drive, Suite 100 Tempe, AZ 85283
Contact:
Karina Woods
Phone:
703/871-8500
Fax No.:
703/871-8505
E-mail:
OMCa7carahsoft. corn
Orders placed with an Authorized Reseller must be addressed as shown below, and payment
must be made payable to the Authorized Reseller identified on the invoice as shown below:
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o Allied Network Solutions, Inc.
5718 Lonetree Blvd., Rocklin, CA 95765
Contact: Roger Schnorenberg
Phone: 916/774-2670 X101
E-mail: Rschnorenberg(a)ans-it.com
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o Data Path Inc.
318 McHenry Ave., Modesto, CA 95354
Contact: Brian Jump
Phone: 209/312-9808
E-mail: Blum;)gmydatapath.com
Page 1 of 4
VUUUJIylI CI IVCIUy" IU. %,1 LI ! IOOUI CJDGrJ
Participating Addendum No. 7-17-70-40-05
Amendment #1
Carahsoft Technology Corp.
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o DynTek Services, Inc.
4440 Von Karman, Suite 200, Newport Beach, CA 92660
Contact:
Kelsea Pratt -Acosta
Phone:
949/271-6780
Fax No.:
949/271-6794
E-mail:
CAsales(gdyntek.com
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o Eventus Solutions Group LLC
9777 Pyramiel Court, Suite 160, Englewood, CA 80112
Contact: Craig Tobin
Phone: 303/376-6161
E-mail: Crai tobin eventus .com
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o HF Tech Services, Inc.
5777 Madison Avenue, Suite 1060, Sacramento, CA 95841
Contact: Allan P. Hart
Phone: 916/690-5056
E-mail: all an hftechservices. corn
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o NWN Solutions Corporation
2969 Prospect Park Drive, Suite 225, Rancho Cordova, CA 95670
Contact:
Team Meade
Phone:
916/637-2160
Fax No.:
916/596-4800
E-mail:
TMeade(d-)nwnit.com
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o Savant Solutions, Inc. which will do business in California as [Savant Solutions Group]
1931 H Street, Sacramento, CA 95811
Contact: Caleb Kwong
Phone: 916/836-8182
E-mail: Caleb savantsolutions.net
Page 2 of 4
L/VVUDIIJ.II CI IVCIVFIC [Li. l..! L! ! UHJ-.7GJV-4V4V-O C:JJ-/ IDUU! CJOLrJ
Participating Addendum No. 7-17-70-40-05
Amendment#1
Carahsoft Technology Corp.
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o SHI International, Corp.
290 Davidson Avenue, Somerset, NJ 08873
Contact: Nick Grappone
Phone: 732/564-8189
E-mail: Nick Gra one shi,com
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o Solutions Simplfied
8880 Cal Center Drive, Suite 400, Sacramento, CA 95826
Contact: Rachel DaValle
Phone: 530/521-0576
E-mail: Rachel. Davalie(o)solutionm0m-klified.net
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o Taborda Solutions, Inc.
9580 Oak Ave Pkwy, Suite 7-180, Folsom, CA 95630
Contact:
Bear Williams
Phone:
916/717-8711
Fax No.:
916/200-0353
E-mail:
Bear_Williams tabordasolutions.com
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o vCloud Tech Inc.
609 Deep Valley Drive, Suite 200, Rollling Hills Estates, CA 90274
Contact: Nadia Khan
Phone: 424/703-4135
E-mail: nadiakhanPvcloudtech.com
For invoicing purposes, each State Accounting office must have a copy of the reseller's Payee
Data Record (Std. 204) in order to process payment of the invoice. Agencies should forward a
copy of the Std. 204 to their respective accounting office. Without the Std. 204, payment may
be unnecessarily delayed.
AUTHORIZED RESELLERS ARE RESPONSIBLE FOR SENDING A COPY OF ALL
PURCHASE ORDERS TO QUEST MEDIA & SUPPLIES, INC. FOR COOPERATIVE
AGREEMENTS (NASPO VALUEPOINT) QUARTERLY REPORTING REQUIREMENTS.
When issuing an order to an authorized reseller listed on Cooperative Agreements, it is the
agency's responsibility to ensure that the reseller holds a valid California Seller's Permit.
Page 3of4
UUUUJIly.11 CIIVCIUFJC ILi. lJ! G! ! UH0-U4JU-'4U'4U-0CU0-! I OOU! MODGrJ
Participating Addendum No. 7-17-70-40-05
Amendment #1
Carahsoft Technology Corp.
NOTE: Contractor shall be responsible for successful performance and compliance with all
requirements in accordance with the terms and conditions under this Participating Addendum,
even if work is performed by Authorized Resellers. All State policies, guidelines, and
requirements shall apply to Authorized Resellers.
All other terms and conditions of the Participating Addendum shall remain the same.
IN WITNESS WHEREOF, the parties have executed this Participating Addendum Amendment
as of the date of execution by both parties below.
Participating State:
Contractor:
State of California,
Carahsoft Technology Corp.
Department of General Services
By
Name: Angela Shell
Name: Robert R. Moore
Title: Deputy Director
Title: Vice President
Date: �� `Zp('
Date: April 25, 2018
Page 4of4
uocusign tnveiope iu: ui/-t wDuir-t-r-6
STATE OF CALIFORNIA
PARTICIPATING ADDENDUM NO. 7-17-70-40-05
Cloud Solutions
Utah NASPO ValuePoint Master Agreement No. AR2472
Carahsoft Technology Corp.
This Participating Addendum Number 7-17-70-40-05 is entered into between the State of
California, Department of General Services (hereafter referred to as "State" or "DGS") and
Carahsoft Technology Corp. (hereafter referred to as "Contractor") under the lead State of Utah
NASPO ValuePoint Master Agreement Number AR2472.
1. SCOPE
A. This Participating Addendum covers the purchase of Cloud Solutions under the Utah
NASPO ValuePoint Master Agreement. The Utah NASPO ValuePoint Master Agreement
Number AR2472 is hereby incorporated by reference. The cloud solution services are
identified in Section 5 (Available Services).
B. This Participating Addendum is available for use by all State Agencies including the
Executive, Judicial and Legislative branches, and will include all California political
subdivisions/local governments. A subdivision/local government is defined as any city,
county, city and county, district, or other local governmental body or corporation, including
the California State Universities (CSU) and University of California (UC) systems, K-12
schools and community colleges empowered to expend public funds.
C. Each political subdivision/local government is to make its own determination whether this
Participating Addendum and the Utah NASPO ValuePoint Master Agreement are
consistent with its procurement policies and regulations.
2. TERM
A. The term of this Participating Addendum shall begin upon signature approval by the
State and will end September 15, 2026, or upon termination by the State, whichever
occurs first.
B, Lead State amendments to extend the Master Price Agreement term date are not
automatically incorporated into this Participating Addendum, Extension(s) to the term
of this Participating Addendum will be through a written amendment upon mutual
agreement between the State and the Contractor.
3. TERMS AND CONDITIONS/INCORPORATION OF DOCUMENTS
A. Terms and conditions listed below are hereby incorporated by reference and made a part
of this Participating Addendum as if attached herein and shall apply to the purchase of
services made under this Participating Addendum.
Page 1 of 8
LIUI.Uz,1 II CI IVCIuytC IU. l..I GI /UHJ-SGJ V-VV'#V-OC:JJ-1 10:]V/CJr)4r J
Participating Addendum No. 7-17-70-40-05
Carahsoft Technology Corp.
1) General Provisions —Information Technology (GSPD-4011T), effective 9/5/2014.
The twelve (12) page document can be viewed at:
http-,I/www.docurnents.dcis.ca+qov/pd/poliproc/GSPD401IT14 0905.vAt
Exception: Article 11 of the General Provisions — Information Technology, is
superseded by Section 4 (Order of Precedence) below.
2) Cloud Computing Special Provisions for Software as a Service (SaaS), effective
9/3/14. The five (5) page document can be viewed at:
httP:1/www.d ocu ments. ds.ca.gov/pd/po liroc/CLOUDCOMPUTINGSERVICESSPE
CIALPROVISIONS 14 0903.docx
4. ORDER OF PRECEDENCE
In the event of any inconsistency between the articles, attachments, or provisions which
constitute this agreement, the following descending order of precedence shall apply:
A. California Participating Addendum Number 7-17-70-40-05
B. Utah NASPO ValuePoint Master Agreement Number AR2472
C. Utah Solicitation CH16012 including all Addendums
D. Contractor's response to Utah's Solicitation
5. AVAILABLE SERVICES
The following service offering from the Utah NASPO ValuePoint Master Agreement Number
AR2472 are allowed under this Participating Addendum:
Software as a Service (SaaS)
6. RESTRICTIONS/DISALLOWED SERVICES — These restrictions are not applicable to
political subdivisions/local governments.
A. The following service offerings are prohibited under this Participating Addendum:
1. Infrastructure as a Service (laaS)
2. Platform as a Service (PaaS)
3. Value Added Services, including Additional Value Added Services such as
Maintenance Services; Deployment Services; Consulting/Advisory Services;
Architectural Design Services; Statement of Work Services; Partner Services,
and Training Deployment Services
B. Product and service categories that are available on mandatory California statewide
contracts cannot be purchased from this Participating Addendum by State Departments
without an exemption. Prior to issuing a purchase order, State Departments are
responsible for obtaining an exemption from DGS, and/or California Department of
Technology (CDT).
Page 2 of 8
VVI.UJlly1I CI IVCIVpu ILI, lam! L! ! VHJ-.7LJV-4V4V-OCVJ-! IOVV I CJoLrJ
Participating Addendum No. 7-17-70-40-05
Carahsoft Technology Corp.
7. PRICING
A. Contractor shall submit a Price Schedule identifying all services offered under this
Participating Addendum for the State's approval.
B. The Price Schedule shall include the following.
1) Service Category (SaaS) Description
2) List Price
3) Discount off List Price
4) Contract Price
C. Contractor shall obtain prior approval from Utah NASPO ValuePoint Contract
Administrator, and submit a written notice of price increases/decreases and a revised
Price List for the State's approval.
D. State -approved Price List will be posted on the State's Cal eProcure website.
8. SERVICE ADDITIONS/DELETIONS
A. Contractor may add or delete services introduced or removed from the market by the
manufacturer under the following conditions:
1) Service is within existing awarded categories under the NASPO ValuePoint
Master Price Agreement;
2) Contractor has obtained prior approval from the Utah NASPO ValuePoint
Contract Administrator; and
3) Contractor receives written approval from the California State Contract
Administrator.
B. Contractor shall submit a written notice of service (s) additions/deletions and a revised
Price Schedule for the State's approval.
9. FULFILLMENT PARTNERS/AUTHORIZED RESELLERS
Authorized Resellers are available for this Participating Addendum:
ISSUE PURCHASE ORDER TO
Orders may be placed with Carahsoft Technology Corp. or with an Authorized Reseller as
indicated below:
Orders placed with Carahsoft Technology Corp.
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
1860 Michael Faraday Drive, Suite 100
Contact:
Karina Woods
Phone:
703/871-8500
Fax No.:
703/871-8505
E-mail:
OMAcarahsoft.com
Page 3of8
UUUUZ,j II CIIVCIVFJC IL/. ! IOOU! CJDLrJ
Participating Addendum No. 7-17-70-40-05
Carahsoft Technology Corp.
Orders placed with an Authorized Reseller must be addressed as shown below, and payment
must be made payable to the Authorized Reseller identified on the invoice as shown below:
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o DynTek Services, Inc.
4440 Von Karman, Suite 200, Newport Beach, CA 92660
Contact: Kelsea Pratt -Acosta
Phone: 949/271-6780
Fax No.: 949/271-6794
E-mail: CAsales(d)dvntek.com
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o NWN Solutions Corporation
2969 Prospect Park Drive, Suite 225, Rancho Cordova, CA 95670
Contact:
Team Meade
Phone:
916/637-2160
Fax No.:
916/596-4800
E-mail:
TMeade nwnit.com
SUBMIT ORDERS TO:
Carahsoft Technology Corp.
c/o Taborda Solutions, Inc.
9580 Oak Ave Pkwy, Suite 7-180, Folsom, CA 95630
Contact:
Bear Williams
Phone:
916/717-8711
Fax No.:
916/200-0353
E-mail:
bear.wiiiiams tabordasolutions.com
For invoicing purposes, each State Accounting office must have a copy of the reseller's Payee
Data Record (Std. 204) in order to process payment of the invoice. Agencies should forward a
copy of the Std. 204 to their respective accounting office. Without the Std. 204, payment may
be unnecessarily delayed.
AUTHORIZED RESELLERS ARE RESPONSIBLE FOR SENDING A COPY OF ALL
PURCHASE ORDERS TO CARAHSOFT TECHNOLOGY CORP. FOR COOPERATIVE
AGREEMENTS (NASPO VALUEPOINT) QUARTERLY REPORTING REQUIREMENTS.
When issuing an order to an authorized reseller listed on Cooperative Agreements, it is the
agency's responsibility to ensure that the reseller holds a valid California Seller's Permit.
NOTE: Contractor shall be responsible for successful performance and compliance with all
requirements in accordance with the terms and conditions under this Participating Addendum,
even if work is performed by Servicing Subcontractors. All State policies, guidelines, and
requirements shall apply to Authorized Resellers.
Page 4 of 8
UUI:UDIyj I CI Iv"lupu IL). l..! G! ! VF1J-.'7GJV-YU'#U-O CJJ-! I ODU! CJDGrJ
Participating Addendum No. 7-17-70-40-05
Carahsoft Technology Corp.
10. ORDERING AGENCY RESPONSIBILITIES
A. State department and political subdivision/local government use of this Participating
Addendum is optional.
B. State departments and political subdivision/local governments must follow the ordering
procedures outlined within the User Instructions guide, administered by the State
Contract Administrator, to execute orders against this Participating Addendum.
11. INVOICING AND PAYMENT
A. Payment terms for this Participating Addendum are net forty-five (45) days. Payment
will be made in accordance with IT General Provisions Paragraph 30 (Required Payment
Date).
B. Invoices shall be sent to the address identified in the Ordering Agency's purchase order.
The State Participating Addendum Number and Ordering Agency Purchase Order
Number shall appear on each invoice for all purchases placed under this Participating
Addendum.
C. Contractor will accept the State of California credit card (CAL -Card) for payment of
invoices.
12. USAGE REPORTING
A. Contractor shall submit usage reports on a quarterly basis to the State Contract
Administrator for all California entity purchases using the report template attached hereto
as Attachment A. The report is due even when there is no activity.
B. The report shall be an Excel spreadsheet transmitted electronically to the DGS mailbox
at PDCoo eratives d s.ca. ov.
C. Any report that does not follow the required format or that excludes information will be
deemed incomplete. Contractor will be responsible for submitting corrected reports
within five business days of the date of written notification from the State.
D. Tax must not be included in the report, even if it is on the purchase order.
E. Reports are due for each quarter as follows:
_Reporting Period_
JUL 1 to SEP 30
Due Date.
OCT 31
OCT 1
to
DEC 31
JAN 31
JAN 1
to
MAR 31
APR 30
APR 1
to
JUN 30
JUL 31
F. Failure to meet reporting requirements and submit the reports on a timely basis shall
constitute grounds for suspension of this contract.
Page 5 of 8
uocuslgn Cnveiope iu: l-/L/ 10ouI CJtSLrJ
Participating Addendum No. 7-17-70.40-05
Carahsoft Technology Corp.
G. Amendments for term extensions may be approved only if all due reports have been
submitted to the State.
13. ADMINISTRATIVE FEE
A. Contractor shall submit a check, payable to the State of California, remitted to the
Cooperative Agreement Unit for the calculated amount equal to one percent (0.01) of the
sales for the quarterly period.
B. Contractor must include the Participating Addendum Number on the check. Those
checks submitted to the State without the Participating Addendum Number will be
returned to Contractor for additional identifying information.
C. Administrative fee checks shall be submitted to:
State of California
Department of General Services, Procurement Division
Attention: Cooperative Agreement Program
707 3`d Street, 2"d Floor, MS 2-202
West Sacramento, CA 95605
D. The administrative fee shall not be included as an adjustment to Contractor's NASPO
ValuePoint Master Agreement pricing.
E. The administrative fee shall not be invoiced or charged to the ordering agency.
F. Payment of the administrative fee is due irrespective of payment status on orders or
service contracts from a purchasing entity.
G. Administrative fee checks are due for each quarter as follows:
JUL 1
to
SEP 30
OCT 31
OCT 1
to
DEC 31
JAN 31
JAN 1
to
MAR 31
APR 30
APR 1
to
JUN 30
JUL 31
H. Failure to meet administrative fee requirements and submit fees on a timely basis shall
constitute grounds for suspension of this contract.
Page 6 of 8
L/UUUDIylI CI IV t!jUpa IL/. %,[L! /OVUl CJDLrJ
Participating Addendum No. 7-17-70-40-05
Carahsoft Technology Corp.
14. CONTRACT MANAGEMENT
A. The primary Contractor Contract Manager for this Participating Addendum shall be as
follows:
Contractor: Carahsoft Technology Corp.
Name: Jack Dixon
Phone: 703-230-7545
Fax: 703-871-8505
E-Mail: nas o carahsoft.com
Address: 1860 Michael Faraday Drive, Ste 100
Reston, VA 20190
B. The State Contract Administrator for this Participating Addendum shall be as follows:
Name: Yolanda Tutt
Phone: 916.375.4408
Fax: 916.375.4663
E-Mail: alanda.tutt d s.ca. ov
Address: State of California
Department of General Services
Procurement Division
707 Third Street, 2nd Floor, MS 2-202
West Sacramento, CA 95605
C. Should the contact information for either party change, the party will provide written
notice with updated information no later than ten business days after the change.
15. Termination of Agreement
The State may terminate this Participating Addendum at any time upon 30 days prior written
notice to the Contractor. Upon termination or other expiration of this Participating
Addendum, each party will assist the other party in orderly termination of the Participating
Addendum and the transfer of all assets, tangible and intangible, as may facilitate the
orderly, nondisrupted business continuation of each party. This provision shall not relieve
the Contractor of the obligation to perform under any purchase order or other similar
ordering document executed prior to the termination becoming effective.
1 S. Amendment
No amendment or variation of the terms of this Participating Addendum shall be valid unless
made in writing, signed by the parties and approved as required. No oral understanding or
agreement not incorporated in the Participating Addendum is binding on any of the parties.
Page 7of8
L/VVUD11y.11 CIIVCIVEJC IU. Ur L! ! VMJ-y LJ V-4 V4 V-O C:J J-/ IOUVI CJDLr-J
Participating Addendum No. 7-17-70-40-05
Carahsoft Technology Corp.
17. Agreement
A. This Participating Addendum and the Master Agreement together with its exhibits and/or
amendments, set forth the entire agreement between the parties with respect to the
subject matter of all previous communications, representations or agreements, whether
oral or written, with respect to the subject matter hereof. Terms and conditions
inconsistent with, contrary or in addition to the terms and conditions of this Participating
Addendum and the Master Agreement, together with its exhibits and/or amendments,
shall not be added to or incorporated into this Participating Addendum or the Master
Agreement and its exhibits and/or amendments, by any subsequent purchase order or
otherwise, and any such attempts to add or incorporate such terms and conditions are
hereby rejected. The terms and conditions of this Participating Addendum and the
Master Agreement and its exhibits and/or amendments shall prevail and govern in the
case of any such inconsistent or additional terms.
B. By signing below Contractor agrees to offer the same services as on the Utah NASPO
ValuePoint Master Agreement Number AR2472, at prices equal to or lower than the
prices on that contract.
C. IN WITNESS WHEREOF, the parties have executed this Participating Addendum as of
the date of execution by both parties below.
STATE OF CALIFORNIA
_Department of General Services
icy Name
�r7
iature ofAuthonzed Signer Date Signed
Ricardo Martinez, Acting Deputy Director
Printed Name and Title of Authorized Signer
707 Third Street
West Sacramento, CA 95605
Address
Page 8of8
CONTRACTOR
Carahsoft Technology Corp.
Contractor Name
� 2 August 9, 2017
Signature of Autbar wfl Signer Date Signed
Ellen Lord, Contracts Manager
Printed Name and Title of Authorized Signer
1860 Michael Faraday Drive, Suite 100
Reston, VA 20190
Address
I,'1
L/VVUJIIq. I I CI IVC upt. IL/. %,I GI I I I OVV I CJOGrJ
EXHIBIT B
City's Insurance and Indemnity
UUVUJII�f. II GI IVCJupI IU. lJl Gl /U/1J-.7GJ V-4U4U-O CJJ-/ 1OJUl CJ�GrJ
Exhibit B
Insurance and Indemnity
INDEMNIFICATION
To the furthest extent allowed by law, VENDOR shall indemnify, hold harmless and
defend CITY and each of its officers, officials, employees, agents and volunteers from
any and all loss, liability, fines, penalties, forfeitures, costs and damages (whether in
contract, tort or strict liability, including but not limited to personal injury, death at any
time and property damage) incurred by CITY, VENDOR or any other person, and from
any and all claims, demands and actions in law or equity (including reasonable
attorney's fees, litigation expenses and cost to enforce this agreement), arising or
alleged to have arisen directly or indirectly out of performance of this Contract.
VENDOR'S obligations under the preceding sentence shall apply regardless of whether
CITY or any of its officers, officials, employees, agents or volunteers are passively
negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or
damages caused by the active or sole negligence, or the willful misconduct, of CITY or
any of its officers, officials, employees, agents or volunteers.
If VENDOR should subcontract all or any portion of the work to be performed
under this Contract, VENDOR shall require each subcontractor to indemnify, hold
harmless and defend CITY and each of its officers, officials, employees, agents and
volunteers in accordance with the terms of the preceding paragraph.
This section shall survive termination or expiration of this Contract.
INSURANCE REQUIREMENTS
(a) Throughout the life of this Agreement, VENDOR shall pay for and maintain in full
force and effect all insurance as required herein with an insurance company(ies) either
(i) admitted by the California Insurance Commissioner to do business in the State of
California and rated no less than "A-VII" in the Best's Insurance Rating Guide, or (ii) as
may be authorized in writing by CITY'S Risk Manager or his/her designee at any time
and in his/her sole discretion. The required policies of insurance as stated herein shall
maintain limits of liability of not less than those amounts stated therein. However, the
insurance limits available to CITY, its officers, officials, employees, agents and
volunteers as additional insureds, shall be the greater of the minimum limits specified
therein or the full limit of any insurance proceeds to the named insured.
(b) If at any time during the life of the Agreement or any extension, VENDOR or any
of its subcontractors fail to maintain any required insurance in full force and effect, all
services and work under this Agreement shall be discontinued immediately, and all
payments due or that become due to VENDOR shall be withheld until notice is received
by CITY that the required insurance has been restored to full force and effect and that
the premiums therefore have been paid for a period satisfactory to CITY. Any failure to
maintain the required insurance shall be sufficient cause for CITY to terminate this
L/UUUJII�f. II CIIVCIupJ IL/. l�/L/ IUMJ-.7GJU--+U,+U-OCJJ-I IOJU/GJ0Lro
Agreement. No action taken by CITY pursuant to this section shall in any way relieve
VENDOR of its responsibilities under this Agreement. The phrase "fail to maintain any
required insurance" shall include, without limitation, notification received by CITY that an
insurer has commenced proceedings, or has had proceedings commenced against it,
indicating that the insurer is insolvent.
(c) The fact that insurance is obtained by VENDOR shall not be deemed to
release or diminish the liability of VENDOR, including, without limitation, liability under
the indemnity provisions of this Agreement. The duty to indemnify CITY shall apply to all
claims and liability regardless of whether any insurance policies are applicable. The
policy limits do not act as a limitation upon the amount of indemnification to be provided
by VENDOR. Approval or purchase of any insurance contracts or policies shall in no
way relieve from liability nor limit the liability of VENDOR, vendors, suppliers, invitees,
contractors, sub -contractors, subcontractors, or anyone employed directly or indirectly
by any of them.
Coverage shall be at least as broad as:
1. The most current version of Insurance Services Office (ISO) Commercial General
Liability Coverage Form CG 00 01, providing liability coverage arising out of your
business operations. The Commercial General Liability policy shall be written on an
occurrence form and shall provide coverage for "bodily injury," "property damage" and
"personal and advertising injury" with coverage for premises and operations (including
the use of owned and non -owned equipment), products and completed operations, and
contractual liability (including, without limitation, indemnity obligations under the
Agreement) with limits of liability not less than those set forth under "Minimum Limits of
Insurance."
2. The most current version of ISO *Commercial Auto Coverage Form CA 00 01,
providing liability coverage arising out of the ownership, maintenance or use of
automobiles in the course of your business operations. The Automobile Policy shall be
written on an occurrence form and shall provide coverage for all owned, hired, and non -
owned automobiles or other licensed vehicles (Code 1- Any Auto).
3. Workers' Compensation insurance as required by the State of California and
Employer's Liability Insurance.
4. Technology Liability (Errors and Omissions) insurance appropriate to VENDOR'S
profession. Coverage shall be sufficiently broad to respond to duties and obligations as
is undertaken by VENDOR in this agreement and shall include but not be limited to,
claims involving infringement of intellectual property, including but not limited to
infringement of copyright, trademark, trade dress, invasion of privacy violations,
information theft, damage to or destruction of electronic information, release of private
L.IUUUwylI CI IVCJupJ IU. %. I Ll l UMJ-SLJVWU''FU-O C:JJ-I IODUI CJOLrJ
information, alteration of electronic information, extortion and network security. The
policy shall provide coverage for breach response costs as well as regulatory fines
penalties and credit monitoring expenses with limits sufficient to respond to these
obligations.
5. Cyber Liability (Privacy and Data breach) insurance appropriate to VENDOR'S
profession.
MINIMUM LIMITS OF INSURANCE
VENDOR shall procure and maintain for the duration of the contract, and for 5 years
thereafter, insurance with limits of liability not less than those set forth below. However,
insurance limits available to CITY, its officers, officials, employees, agents and
volunteers as additional insureds, shall be the greater of the minimum limits specified
herein or the full limit of any insurance proceeds available to the named insured:
1. COMMERCIAL GENERAL LIABILITY
(i) $1,000,000 per occurrence for bodily injury and property damage;
(ii) $1,000,000 per occurrence for personal and advertising injury;
(iii) $2,000,000 aggregate for products and completed operations; and,
(iv) $2,000,000 general aggregate applying separately to the work performed under
the Agreement.
2. COMMERCIAL AUTOMOBILE LIABILITY
$1,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation Insurance as required by the State of California with
statutory limits and EMPLOYER'S LIABILITY with limits of liability not less than:
(i) $1,000,000 each accident for bodily injury;
(ii) $1,000,000 disease each employee; and,
(iii) $1,000,000 disease policy limit.
V V VUJIIy. I IF-] I VCI VFJC ILJ. I., l G I l VI1J-.7GJU-4V'i U-O G:JJ-I I OOV / CJDGrJ
4. TECHNOLOGY PROFESSIONAL LIABILITY :
(i) $1,000,000 per claim/occurrence; and,
(ii) $2,000,000 policy aggregate.
5. CYBER LIABILITY insurance with limits of not less than:
(i) $1,000,000 per claim/occurrence; and,
(ii) $2,000,000 policy aggregate
UMBRELLA OR EXCESS INSURANCE
In the event VENDOR purchases an Umbrella or Excess insurance policy(ies) to meet
the "Minimum Limits of Insurance," this insurance policy(ies) shall "follow form" and
afford no less coverage than the primary insurance policy(ies). In addition, such
Umbrella or Excess insurance policy(ies) shall also apply on a primary and non-
contributory basis for the benefit of the CITY, its officers, officials, employees, agents
and volunteers.
DEDUCTIBLES AND SELF -INSURED RETENTIONS
VENDOR shall be responsible for payment of any deductibles contained in any
insurance policy(ies) required herein and VENDOR shall also be responsible for
payment of any self -insured retentions.
OTHER INSURANCE PROVISIONS/ENDORSEMENTS
(i) All policies of insurance required herein shall be endorsed to provide that the
coverage shall not be cancelled, non -renewed, reduced in coverage or in limits except
after thirty (30) calendar days written notice has been given to CITY, except ten (10)
days for nonpayment of premium. VENDOR is also responsible for providing written
notice to the CITY under the same terms and conditions. Upon issuance by the insurer,
broker, or agent of a notice of cancellation, non -renewal, or reduction in coverage or in
limits, VENDOR shall furnish CITY with a new certificate and applicable endorsements
for such policy(ies). In the event any policy is due to expire during the work to be
performed for CITY, VENDOR shall provide a new certificate, and applicable
endorsements, evidencing renewal of such policy not less than fifteen (15) calendar
days prior to the expiration date of the expiring policy.
L/UVUJIIJ.II GIIVCIuyt1 ILJ. %. 141 /UMJ-.7GJU'4 V4 V-OC:JJ-I I0DU/CJ0GrJ
(ii) The Commercial General and Automobile Liability insurance policies shall be
written on an occurrence form.
(iii) The Commercial General and Automobile Liability insurance policies shall be
endorsed to name City, its officers, officials, agents, employees and volunteers as an
additional insured all ongoing and completed operations. Additional Insured
endorsements under the General Liability policy must be as broad as that contained in
ISO Forms: GC 20 10 11 85 or both CG 20 10 & CG 20 37.
(iv) The Commercial General and Automobile Liability insurance shall contain, or be
endorsed to contain, that VENDOR'S insurance shall be primary to and require no
contribution from the City. Primary and Non Contributory language under the General
Liability policy must be as broad as that contained in ISO Form CG 20 01 04 13. These
coverages shall contain no special limitations on the scope of protection afforded to City,
its officers, officials, employees, agents and volunteers.
(v) Should any of these policies provide that the defense costs are paid within the
Limits of Liability, thereby reducing the available limits by defense costs, then the
requirement for the Limits of Liability of these polices will be twice the above stated
limits.
(vi) All insurance policies required herein shall contain, or be endorsed to contain, a
waiver of subrogation as to CITY, its officers, officials, agents, employees and
volunteers.
The Cvber acid Technology Professional Liability insurance shall cover claims involving
privacy violations, information theft, damage to or destruction of electronic information,
intentional and/or unintentional release of private information (including credit
monitoring costs), alteration of electronic information, extortion and network security.
Such coverage is required for claims involving any professional services for which
VENDOR is engaged with the City for such length of time as necessary to cover any
and all claims
If the Technology Professional and C ber Liability insurance policies are written on a
claims -made form:
1. The retroactive date must be shown, and must be before the effective date of the
Agreement or the commencement of work by VENDOR.
2. Insurance must be maintained and evidence of insurance must be provided for at
least five (5) years after completion of the Agreement work or termination of the
Agreement, whichever occurs first, or, in the alternative, the policy shall be endorsed to
provide not less than a five (5) year discovery period.
3. If coverage is canceled or non -renewed, and not replaced with another claims -
made policy form with a retroactive date prior to the effective date of the Agreement or
IJUUUJIylI CI IVCIVpt: IL/. I-,/L/ / VMJ-.7LJVW V'i V-OC:JJ- I IOJVI CJOLrJ
the commencement of work by VENDOR, VENDOR must purchase "extended
reporting" coverage for a minimum of five (5) years completion of the Agreement work
or termination of the Agreement, whichever occurs first.
4. A copy of the claims reporting requirements must be submitted to CITY for
review.
5. These requirements shall survive expiration or termination of the Agreement.
Should any of these policies provide that the defense costs are paid within the Limits of
Liability, thereby reducing the available limits by defense costs, then the requirement for
the Limits of Liability of these polices will be twice the above stated limits.
PROVIDING OF DOCUMENTS
VENDOR shall furnish CITY with all certificate(s) and applicable endorsements effecting
coverage required herein. All certificates and applicable endorsements are to be
received and approved by the CITY'S Risk Manager or his/her designee prior to CITY'S
execution of the Agreement and before work commences. All non -ISO endorsements
amending policy coverage shall be executed by a licensed and authorized agent or
broker. Upon request of CITY, VENDOR shall immediately furnish CITY with a complete
copy of any insurance policy required under this Agreement, including all endorsements,
with said copy certified by the underwriter to be a true and correct copy of the original
policy. This requirement shall survive expiration or termination of this Agreement. All
subcontractors working under the direction of VENDOR shall also be required to provide
all documents noted herein.
SUBCONTRACTORS
If VENDOR subcontracts any or all of the services to be performed under this
Agreement, VENDOR shall require, at the discretion of the CITY Risk Manager or
designee, subcontractor(s) to enter into a separate Side Agreement with the City to
provide required indemnification and insurance protection. Any required Side
Agreement(s) and associated insurance documents for the subcontractor must be
reviewed and preapproved by CITY Risk Manager or designee. If no Side Agreement is
required, VENDOR will be solely responsible for ensuring that it's subcontractors
maintain insurance coverage at levels no less than those required by applicable law and
is customary in the relevant industry.