Loading...
HomeMy WebLinkAboutComputer Aid, Inc. - 2025-10-15 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE SERVICE AGREEMENT BETWEEN THE CITY OF HUNTINGTON BEACH AND A COMPUTER AID,INC. FOR ON-CALL TEMPORARY STAFFING SERVICES THIS AGREEMENT ("Agreement") is made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter called"City," and COMPUTER AID, INC., hereinafter referred to as "Contractor." Recitals A. The City desires to retain a Contractor having special skill and knowledge in the field of temporary staffing services. B. Contractor represents that Contractor is able and willing to provide such services to the City. C. In undertaking the performance of this Agreement, Contractor represents that it is knowledgeable in its field and that any services performed by Contractor under this Agreement will be performed in compliance with such standards as may reasonably be expected from a comparable company or firm in the field. Contractor has been selected to perform these services pursuant to Huntington Beach Municipal Code Chapter 3.02. NOW, THEREFORE, it is agreed by City and Contractor as,follows: 1. Scope of Services Contractor shall provide all services as described in Exhibit "A," which is attached hereto and incorporated into this Agreement by this reference. These services shall sometimes hereinafter be referred to as the "Project." Contractor hereby designates Paige McKune, who shall represent it and be its sole contact and agent in all consultations with City during the performance of this Agreement. 2. City Staff Assistance City shall assign a staff coordinator to work directly with Contractor in the performance of this Agreement. 25-16996/3900995 1 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE 3 . Compensation a. City agrees to pay, and Contractor agrees to accept as total payment for its services, the rates and charges identified in Exhibit "B." The total sum to be expended under this Agreement, shall not exceed Ninety-Nine Thousand Dollars ($99,000) per year for any one year during the term of this Agreement. b. Payment by City shall be made within thirty (30) days following receipt of proper invoice evidencing work performed, subject to City accounting procedures. Payment need not be made for work which fails to meet the standards of performance set forth in the Recitals which may reasonably be expected by City. c. Contractor shall be paid pursuant to the terms of Exhibit "B." 4. Term Time is of the essence of this Agreement. The services of Contractor are to commence or as soon as practicable after the execution of this Agreement by City (the "Commencement Date") and terminate three (3) years from Commencement Date, unless terminated earlier in accordance with the provisions of this Agreement. Contract may be extended for 2 additional one-year periods if mutually agreed to in writing by both parties. The time for performance of the tasks identified in Exhibit "A" are generally to be shown in Exhibit "A." This schedule and Term may be amended to benefit the Project if mutually agreed to in writing by City and Contractor. In the event the Commencement Date precedes the Effective Date, Contractor shall be bound by all terms and conditions as provided herein. 5. Extra Work In the event City requires additional services not included in Exhibit "A" or changes in the scope of services described in Exhibit "A," Contractor will undertake such work only after receiving written authorization from City. Additional compensation for such extra work shall be allowed only if the prior written approval of City is obtained. 6. pisnosition of Plans, Estimates and Other Documents Contractor agrees that title to all materials prepared hereunder, including, without limitation, all original drawings, designs, reports, both field and office notices, calculations, computer code, language, date or programs, maps, memoranda, letters and other documents, shall belong to City, and Contractor shall turn these materials over to City upon expiration or termination of this Agreement or upon Project completion, whichever shall occur first. These materials may be used by City as it sees fit. 25-16996/3900995 2 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE 7. Hold Harmless Contractor hereby agrees to protect, defend, indemnify and hold harmless City, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all claims, damages, losses, expenses,judgments, demands and defense costs, and consequential damage or liability, including those resulting from death or injury to Contractor's employees and damage to Contractor's property, arising directly or indirectly out of the obligations or operations herein undertaken by Contractor, caused in whole or in part by any negligent act or omission of the Contractor, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the City. Contractor will conduct all defense at its sole cost and expense and City shall approve selection of Contractor's counsel. This indemnity shall apply to all claims and liability regardless of whether anyinsurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 8. Workers Compensation Insurance Pursuant to California Labor Code Section 1861, Contractor acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; Contractor covenants that it will comply with such provisions prior to commencing performance of the work hereunder. Contractor shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. Contractor shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. Contractor shall furnish to City a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and Contractor shall similarly require all subcontractors to waive subrogation. 9 . General Liability Insurance In addition to the workers' compensation and employer's liability insurance and Contractor's covenant to defend, hold harmless and indemnify City, Contractor shall obtain and furnish to City, a policy of general public liability insurance, including motor vehicle coverage covering the Project/Service. This policy shall indemnify Contractor, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out of or in connection with the Project/Service, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this 25-16996/3900995 6 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE Project/Service. This policy shall name City, its officers, elected orappointed officials, employees, agents, and volunteers as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the Project/Service shall be deemed excess coverage and that Contractor's insurance shall be primary. Under no circumstances shall said above-mentioned insurance contain a self- insured retention, or a"deductible" or any other similar form of limitation on the required coverage. 10. Automobile Liability Insurance Contractor shall obtain and furnish to City an automotive liability insurance policy covering the work performed by it hereunder. This policy shall provide coverage for Contractor's automotive liability in an amount not less than One Million Dollars ($1,000,000.00)per occurrence and a separate "Additional Insured Endorsement" page listing both the policy number and naming the "City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers" as additional insured on the endorsement. The above-mentioned insurance shall not contain a self-insured retention, "deductible" or any similar form of limitation on the required coverage except with the express written consent of City. 11. Certificate of Insurance Prior to commencing performance of the work hereunder, Contractor shall furnish to City a certificate of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverage as required by this Agreement; the certificate shall: a. provide the name and policy number of each carrier and policy; b. state that the policy is currently in force; and c. promise that such policy shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice; however, ten (10) days' prior written notice in the event of cancellation for nonpayment of premium. Contractor shall maintain the foregoing insurance coverage in force until the work under this Agreement is fully completed and accepted by City. This requirement for carrying the foregoing insurance coverage shall not derogate from Contractor's defense, hold harmless and indemnification obligations as set forth in this Agreement. City or its representative shall at all times have the right to demand the original or a copy of the policy of insurance. Contractor shall pay, in a prompt and timely manner, the premiums on the insurance hereinabove required. 12. Independent Contractor Contractor is, and shall be, acting at all times in the performance of this Agreement as an independent contractor herein and not as an employee of City. 25-16996/3900995 7 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE Contractor shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for Contractor and its officers, agents and employees and all business licenses, if any, in connection with the Project and/or the services to be performed hereunder. 13. Conflict of Interest Contractor covenants that it presently has no interests and shall not have interests, direct or indirect, which would conflict in any manner with performance of services specified under this Agreement. 14. Termination This Agreement may be terminated by the City upon thirty (30) days written notice of termination. In such event, Contractor shall be entitled to receive and the City shall pay Contractor compensation for all services performed by Contractor prior to receipt of such notice of termination, subject to the following conditions: a. As a condition of such payment, the Director may require Contractor to deliver to the City all work product completed as of such date, and in such case such work product shall be the property of the City unless prohibited by law, and Contractor consents the City's use thereof for such purposes as the City deems appropriate. b. Payment need not be made for work which fails to meet the standard of performance specified in the Recitals of this Agreement. 15. Exclusivity and Amendment This Agreement represents the complete and exclusive statement between the City and Contractor, and supersedes any and all other agreements, oral or written, between the parties. In the event of a conflict between the terms of this Agreement and any attachments hereto, the terms of this Agreement shall prevail. This Agreement may not be modified except by written instrument signed by the City and by an authorized representative of Contractor. The parties agree that any terms or conditions of any purchase order or other instrument that are inconsistent with, or in addition to, the terms and conditions hereof, shall not bind or obligate Contractor or the City. Each party to this Agreement acknowledges that no representations,inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein. 16. Assiinment Inasmuch as to this Agreement is intended to secure the specialized services of Contractor, Contractor may not assign, transfer, delegate, or subcontract any interest herein without the prior written consent of the City and any such assignment, transfer, delegation or subcontract without the City's prior written consent shall be considered null and void. Nothing in this Agreement shall be construed to limit the City's ability to have 25-16996/3900995 8 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE any of the services which are the subject to this Agreement performed by City personnel or by other Contractors retained by City. 17. City Employees and Officials Contractor shall employ no City official nor any regular City employee in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 18. Notices Any notices, certificates, or other communications hereunder shall be given either by personal delivery to Contractor's agent (as designated in Section 1 hereinabove) or to City as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses below. City and Contractor may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, a reputable overnight carrier or U.S. certified U.S. certified mail-return receipt requested: To City: Contractor: City of Huntington Beach Computer Aid, Inc. Attn: Dir. of information Technology Services Attn: Governance 2000 Main Street 1390 Ridgeview Drive Huntington Beach, CA 92648 Allentown, PA 18104 Cc: Gregg M. Feinberg Feinberg Law Office 1390 Ridgeview Dr., Suite 301 Allentown, PA 18104 25-16996/3900995 9 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE 19. Consent When City's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be a consent/approval to any subsequent occurrence of the same or any other transactions or event. 20. Modification No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 21. Section Headings The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of matters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 22. Interpretation of this Agreement The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 23. Duplicate Original The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 24. Immigration 25-16996/3900995 1 C Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE Contractor shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 25. Legal Services Subcontracting Prohibited Contractor and City agree that City is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. Contractor understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for City; and City shall not be liable for payment of any legal services expenses incurred by Contractor. 26. Confidentiality Contractor recognizes that in the performance of its duties under this Agreement, it must conduct its activities in a manner designed to protect information of a sensitive nature from improper use or disclosure. Contractor warrants that it will use reasonable efforts consistent with practices customary in the facilities management industry in recruiting, training and supervising employees and in otherwise performing its duties hereunder in order to achieve this result. In the furtherance of this, Contractor agrees, at the request of the City, to require its employees to execute written undertakings to comply with the foregoing confidentiality provision. 27. Discrimination Contractor shall not discriminate because of race, color, creed, religion, sex, marital status, sexual orientation, age, national origin, ancestry, or disability, as defined and prohibited by applicable law, in the recruitment, selection, training, utilization, promotion, termination or other employment related activities. Contractor affirms that it is an equal opportunity employer and shall comply with all applicable federal, state and local laws and regulations. 28. Jurisdiction - Venue This Agreement and all questions relating to its validity, interpretation, performance, and enforcement shall be government and construed in accordance with the laws of the State of California. This Agreement has been executed and delivered in the State of California and the validity, interpretation, performance, and enforcement of any of the clauses of this Agreement shall be determined and governed by the laws of the State of California. Both parties further agree that Orange County, California, shall be the venue for any action or proceeding that may be brought or arise out of, in connection with or by reason of this Agreement. 29. Professional Licenses Contractor shall, through the term of this Agreement, maintain all necessary licenses, permits, approvals, waivers, and exemptions necessary for the provision of the 25-16996/3900995 1' Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE services hereunder and required by the laws and regulations of the United States, the State of California, the City of Huntington Beach and all other governmental agencies. Contractor shall notify the City immediately and in writing of her inability to obtain or maintain such permits, licenses, approvals, waivers, and exemptions. Said inability shall be cause for termination of this Agreement. 30. Attorney's Fees In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof; each party shall bear its own attorney's fees, such that the prevailing party shall not be entitled to recover its attorney's fees from the non-prevailing party. 31. Survival Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement, shall so survive. 32. Governing Law This Agreement shall be governed and construed in accordance with the laws of the State of California. 33. Signatories, Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to,bind their respective parties to each of the terms of this Agreement, and shall indemnify City fully for any injuries or damages to City in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 34. Entirety (a) The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf; which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement warranty, fact or circumstance not expressly set forth in this Agreement. (b) All Exhibits referenced herein and attached hereto shall be incorporated as if fully set forth in the body of this Agreement. 35. Effective Date IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers. This Agreement shall be effective on 25-16996/3900995 1 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE the date of its approval by the Mayor. This Agreement shall expire when terminated as provided herein. 25-16996/3900995 1� i Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE CONTRACTOR CITY OF HUNTINGTON BEACH, a COMPUTER AID, INC. municipal corporation of the State of Sl nedby: California By: y CD200A6806884AC... Abe Hunter Mayor Print name ITS: (circle one) Chairman/President/ Vice President City Clerk ACtifi .,A, AND "—Signed by: Jon Taglieri AttV, 0�l By: C-esD1oCO984449... INITIATED AND APPROVED: Print name ITS: (circle one) Secretary/Chief Financial Officer/Asst. Secretary-Treasurer II rector of in oration Technology Services APPROVED AS TO FORM: f City Attorney REVIEWED AND APPROVED: City Manager 25-I6996/3900995 COUNTERPART CONTRACTOR CITY OF HUNTINGTON BEACH, a COMPUTER AID, INC. municipal corporation of the State of California By: Mayor Print name ITS: (circle one) Chairman/President/ Vice President City Clerk AND By: INITIATED AND APPROVED: Print name ITS: (circle one) Secretary/Chief Financial Officer/Asst. Secretary-Treasurer Director of Information Technology Services APPROVED AS TO FORM: t— City Attorney REVIEWED AND APPROVED: City Manager COUNTERPART 25-16996/3900995 10 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE IEXHIBII' "A" A. STATEMENT OF WORK: (Narrative of work to be performed) Provide comprehensive list of IT professional options to the City including price range of positions, indicate mark ups, or additional fees. Contractor shall not impose a temporary to permanent placement/conversation fee. It is not applicable for temporary works that are hired by City through a competitive recruitment process, regardless of introduction or assignment by Contractor. 25-I6996/3900995 11 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE EXHIBIT "B" Payment Schedule (Hourly Payment) A. Hourly Rate CONSULTANT'S fees for such services shall be based upon the following hourly rate and cost schedule: SEE ATTACHED EXHIBIT B B. Travel Charges for time during travel are not reimbursable. C. Billing 1. All billing shall be done monthly in fifteen (15) minute increments and matched to an appropriate breakdown of the time that was taken to perform that work and who performed it. 2. Each month's bill should include a total to date. That total should provide, at a glance, the total fees and costs incurred to date for the project. 3. A copy of memoranda, letters, reports, calculations and other documentation prepared by CONSULTANT may be required to be submitted to CITY to demonstrate progress toward completion of tasks. In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. 4. CONSULTANT shall submit to CITY an invoice for each monthly payment due. Such invoice shall: A) Reference this Agreement; B) Describe the services performed; C) Show the total amount of the payment due; D) Include a certification by a principal member of CONSULTANT's firm that the work has been performed in accordance with the provisions of this Agreement; and E) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval and the schedule of performance set forth in Exhibit "A" may at the option of CITY be suspended until the 25-16996/3900995 12 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement has expired or is terminated as provided herein. 5. Any billings for extra work or additional services authorized in advance and in writing by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 25-16996/3900995 13 Docusign Envelope ID:08364480-9847-4317-B9BC-18C292787FEE US Tier 1 US Tier 2 05 Tier 3 Line Item Functional Area Job Title Job Level NTE Bill NTE Bill NTE Bill U-IT-0001 Application Architecture,Design and Development Applications Systems Analyst ASA1 $61.59 $70.40 $79.48 U-IT-0002 Application Architecture,Design and Development Applications Systems Analyst ASA2 $66.68 $76.11 $86.05 U-IT-0003 Application Architecture,Design and Development Applications Systems Analyst ASA3 $72.99 $83.13 $94.13 U-IT-0004 Application Architecture,Design and Development Production Support Specialist PSS1 $62.91 $71.88 $81.18 U-IT-0005 Application Architecture,Design and Development Production Support Specialist PSS2 $68.10 $77.70 $87.87 U-IT-0006 Application Architecture,Design and Development Production Support Specialist PSS3 $74.52 $84.83 $96.09 U-IT-0007 Application Architecture,Design and Development Application Developer AD1 $65.94 $75.28 $85.09 U-IT-0008 Application Architecture,Design and Development Application Developer AD2 $75.23 $85.61 $96.99 U-IT-0009 Application Architecture,Design and Development Application Developer AD3 $83.20 $94.39 $107.07 U-IT-0010 Application Architecture,Design and Development Application Developer AD4 $91.48 $103.43 $117.34 U-IT-0011 Application Architecture,Design and Development Development Team Lead DTL1 $103.28 $115.91 $130.11 U-IT-0012 Application Architecture,Design and Development Application Technical Specialist ATS1 $72.11 $82.15 $93.00 U-IT-0013 Application Architecture,Design and Development Application Technical Specialist ATS2 $84.26 $95.55 $108.39 U-IT-0014 Application Architecture,Design and Development Application Technical Specialist ATS3 $93.79 $105.93 $120.14 U-IT-0015 Application Architecture.Design and Development Application Technical Specialist ATS4 $103.28 $115.91 $130.11 U-IT-0016 Application Architecture,Design and Development Applications Architect AA1 $108.59 $120.97 $141.32 U-IT-0017 Application Architecture,Design and Development Applications Architect AA2 $121.25 $134.55 $156.47 U-IT-0018 Application Architecture,Design and Development Mobile Specialist MS1 $104.66 $115.27 $128.69 U-IT-0019 Application Architecture,Design and Development Mobile Specialist MS2 $117.68 $129.13 $143.71 U-IT-0020 Application Architecture,Design and Development QA Tester QAT1 $57.45 $65.73 $74.13 U-IT-0021 Application Architecture,Design and Development QA Tester QAT2 $64.39 $73.55 $83.09 U-IT-0022 Application Architecture,Design and Development QA Tester QAT3 $71.21 $81.15 $91.85 U-IT-0023 Application Architecture,Design and Development QA Manager QAM1 $93.68 $105.24 $124.73 U-IT-0024 Application Architecture,Design and Development Tech Writer TW1 $60.02 $67.76 $81.17 U-IT-0025 Application Architecture,Design and Development Tech Writer TW2 $66.44 $75.05 $89.64 U-IT-0026 Infrastructure Computer Operator CO1 $39.96 $43.27 $49.62 U-IT-0027 Infrastructure Computer Operator CO2 $43.35 $46.98 $54.11 U-IT-0028 Infrastructure Lead Computer Operator LCO1 $62.60 $68.08 $80.22 U-IT-0029 Infrastructure Lead Computer Operator LCO2 $76.71 $82.84 $97.56 U-IT-0030 Infrastructure Help Desk Analyst HDA1 $48.87 $55.91 $63.02 U-IT-0031 Infrastructure Help Desk Analyst HDA2 $54.07 $61.88 $69.75 U-IT-0032 Infrastructure Lead Help Desk Analyst LHDA1 $70.41 $80.26 $90.83 U-IT-0033 Infrastructure Desktop Support Specialist DSS1 $44.24 $50.54 $57.03 U-IT-0034 Infrastructure Desktop Support Specialist DSS2 $48.45 $55.43 $62.48 U-IT-0035 Infrastructure Desktop Support Specialist DSS3 $52.99 $60.65 $68.35 U-IT-0036 Infrastructure LAN/WAN Administrator LWA1 $66.89 $76.35 $86.32 U-IT-0037 Infrastructure LAN/WAN Administrator LWA2 $74.05 $84.30 $95.48 U-IT-0038 Infrastructure Infrastructure Technical Specialist ITS1 $80.55 $89.62 $100.93 U-IT-0039 Infrastructure Infrastructure Technical Specialist ITS2 $92.99 $103.07 $116.22 U-IT-0040 Infrastructure Infrastructure Technical Specialist ITS3 $104.66 $115.27 $128.69 U-IT-0041 Infrastructure Infrastructure Technical Specialist ITS4 $117.68 $129.13 $143.71 U-IT-0042 Infrastructure System Administrator SA1 $62.78 $71.75 $81.02 U-IT-0043 Infrastructure System Administrator SA2 $70.04 $79.86 $90.36 U-IT-0044 Infrastructure System Administrator SA3 $78.02 $88.69 $100.53 U-IT-0045 Infrastructure Network Engineer NE1 $69.34 $79.08 $89.46 U-IT-0046 Infrastructure Network Engineer NE2 $77.06 $87.63 $99.31 U-IT-0047 Infrastructure Network Engineer NE3 $85.80 $97.24 $110.32 U-IT-0048 Infrastructure Network Architect NAR1 $85.86 $97.31 $110.40 U-IT-0049 Infrastructure Network Architect NAR2 $92.20 $104.21 $118.21 Docusign Envelope ID:0836448D-9847-4317-89BC-18C292787FEE U-IT-0050 Infrastructure Telecom Engineer TEl $69.24 $77.22 $86.78 U-IT-0051 Infrastructure Telecom Engineer TE2 $76.47 $85.16 $95.84 U-IT-0052 Enterprise Enterprise Architect ET1 $112.98 $126.31 $141.32 U-IT-0053 Enterprise Enterprise Architect ET2 $126.01 $140.33 $156.86 U-IT-0054 Enterprise ERP Analyst EA1 $65.63 $74.93 $84.69 U-IT-0055 Enterprise ERP Analyst EA2 $71.94 $81.97 $92.79 U-IT-0056 Enterprise ERP Analyst EA3 $78.89 $89.65 $101.63 U-IT-0057 Enterprise ERP Database Administrator EDBA1 $69.47 $79.22 $89.63 U-IT-0058 Enterprise ERP Database Administrator EDBA2 $77.65 $88.29 $100.07 U-IT-0059 Enterprise ERP Database Administrator EDBA3 $86.10 $97.57 $110.70 U-IT-0060 Enterprise ERP Developer EED1 $65.63 $74.93 $84.69 U-IT-0061 Enterprise ERP Developer EED2 $71.94 $81.97 $92.79 U-IT-0062 Enterprise ERP Developer EED3 $78.89 $89.65 $101.63 U-IT-0063 Enterprise ERP Project Manager EP1 $102.29 $114.30 $134.27 U-IT-0064 Enterprise ERP Project Manager EP2 $112.39 $125.03 $145.81 U-IT-0065 Enterprise SAP Architect SPA1 $88.63 $100.33 $113.84 U-IT-0066 Enterprise SAP Architect SPA2 $98.05 $110.50 $125.09 U-IT-0067 EnterpriseSAP Analyst SAA1 $71.39 $81.36 $92.09 y U-IT-0068 Enterprise SAP Analyst SAA2 $78.66 $89.40 $101.35 U-IT-0069 Enterprise SAP Developer SAD1 $99.17 $111.13 $131.35 U-IT-0070 Enterprise SAP Developer SAD2 $112.80 $125.48 $146.31 U-IT-0071 Enterprise SAP Developer SAD3 $127.42 $141.16 $163.93 U-IT-0072 Enterprise SAP Project Manager SAPM1 $104.37 $116.48 $136.47 U-IT-0073 Enterprise SAP Project Manager SAPM2 $116.32 $129.25 $150.53 U-IT-0074 Data Management and Cloud Computing Cloud Developer CD1 $71.59 $81.57 $92.34 U-IT-0075 Data Management and Cloud Computing Cloud Developer CD2 $80.57 $91.51 $103.76 U-IT-0076 Data Management and Cloud Computing Cloud Developer CD3 $89.37 $101.14 $114.75 U-IT-0077 Data Management and Cloud Computing Cloud Developer CD4 $98.70 $111.17 $125.76 U-IT-0078 Data Management and Cloud Computing Cloud Administrator CAM1 $65.98 $75.33 $85.14 U-IT-0079 Data Management and Cloud Computing Cloud Administrator CAM2 $73.58 $83.79 $94.89 U-IT-0080 Data Management and Cloud Computing Cloud Administrator CAM3 $81.92 $92.99 $105.46 U-IT-0081 Data Management and Cloud Computing Cloud Architect CAR1 $79.06 $89.84 $101.85 U-IT-0082 Data Management and Cloud Computing Cloud Architect CAR2 $86.85 $98.38 $111.63 U-IT-0083 Data Management and Cloud Computing Cloud Architect CAR3 $95.02 $107.26 $121.61 U-IT-0084 Cybersecurity Information Assurance IT Security Analyst ISA1 $70.73 $80.62 $91.24 U-IT-0085 Cybersecurity Information Assurance IT Security Analyst ISA2 $77.23 $87.82 $99.53 U-IT-0086 Cybersecurity Information Assurance IT Security Analyst ISA3 $85,23 $96.61 $109.61 U-IT-0087 Cybersecurity Information Assurance IT Security Engineer ISE1 $91.68 $103.65 $117.58 U-IT-0088 Cybersecurity Information Assurance IT Security Engineer ISE2 $100.09 $112.59 $126.96 U-IT-0089 Cybersecurity Information Assurance IT Security Engineer ISE3 $110.87 $124.04 $138.82 U-IT-0090 Cybersecurity Information Assurance IT Security Architect ITSA1 $101.38 $113.90 $128.1 D U-IT-0091 Cybersecurity Information Assurance IT Security Architect ITSA2 $114.86 $128.33 $143.54 U-IT-0092 Cybersecurity Information Assurance IT Secutiry Auditor ITAU1 $128.03 $140.20 $155.98 U-IT-0093 Database Management Database Administrator DBA1 $69.47 $79.22 $89.63 U-IT-0094 Database Management Database Administrator DBA2 $77.65 $88.29 $100.07 U-IT-0095 Database Management Database Administrator ,DBA3 $86.10 $97.57 $110.70 U-IT-0096 Database Management Database Architect DA1 $87.66 $99.28 $112.64 U-IT-0097 Database Management Database Architect DA2 $94.40 $106.59 $120.87 U-IT-0098 Database Management Data Warehousing Specialist DWS1 $84.37 $95.68 $108.54 U-IT-0099 Database Management Data Warehousing Specialist DWS2 $93.09 $105.17 $119.29 U-IT-0100 Database Management Data Warehousing Specialist DWS3 $99.87 $112.36 $126.79 Docusign Envelope ID:0836448D-9847-4317-B9BC-18C292787FEE U-IT-0101 Project/Program Management/Administration Business Analyst BA1 $65.81 $75.14 $84.93 U-IT-0102 Project/Program Management/Administration Business Analyst BA2 $72.74 $82.86 $93.82 U-IT-0103 Project/Program Management/Administration Business Analyst BA3 $80.27 $91.17 $103.38 U-IT-0104 Project/Program Management/Administration Project Manager PM1 $86.10 $96.59 $114.96 U-IT-0105 Project/Program Management/Administration Project Manager PM2 $96.00 $107.29 $127.38 U-IT-0106 Project/Program Management/Administration Project Manager PM3 $106.96 $118.74 $139.20 U-IT-0107 Project/Program Management/Administration Program Manager/Engagement Manager PREM1 $134.86 $149.14 $172.96 U-IT-0108 Project/Program Management/Administration Program Manager/Engagement Manager PREM2 $164.29 $180.65 $208.72 U-IT-0109 Project/Program Management/Administration IT Strategist ITS1 $117,47 $129.98 $151.67 U-IT-0110 Project/Program Management/Administration IT Strategist ITS2 $131.69 $145.21 $168.86 U-IT-0111 Project/Program Management/Administration Business Subject Matter Expert-Management SMEM1 $104.66 $115.27 $128.69 U-IT-0112 Project/Program Management/Administration Business Subject Matter Expert-Executive SMEE2 $117.68 $129.13 $143.71 U-IT-0113 Project/Program Management/Administration IT Trainer ITT1 $54.89 $59.51 $70.60 U-IT-0114 Project/Program Management/Administration IT Trainer ITT2 $61.00 $66.11 $78.38 U-IT-0115 Project/Program Management/Administration Exception $ - $ - $ - U-IT-0116 Web Design/Developrnent/Maint Web Developer WD1 $68.22 $77.83 $88.02 U-IT-0117 Web Design/Development/Maint Web Developer WD2 $75.72 $86.15 $97.61 U-IT-0118 Web Design/Development/Maint Graphic Designer GD1 $52.96 $59.42 $72.14 U-IT-0119 Web Design/Development/Maint Graphic Designer GD2 $58.23 $65.28 $79.32 U-IT-0120 Geographic Information Systems GIS Analyst GISA1 $132.06 $146.14 $169.56 U-IT-0121 Geographic Information Systems GIS Systems Specialist GISS1 $103.28 $115.91 $130.11 U-IT-0122 Geographic Information Systems GIS Systems Specialist GISS2 $107.42 $120.33 $134.80 U-IT-0123 Geographic Information Systems GIS Technician GIST1 $72.11 $82.15 $93.00 U-IT-0124 Geographic Information Systems GIS Technician GIST2 $84.26 $95.55 $108.39 U-IT-0125 Geographic Information Systems GIS Technician GIST3 $93.79 $105.93 $120.14 U-IT-0126 Healthcare Systems and Support Curam Business Analyst CBA1 $119.86 $134.67 $151.50 U-IT-0127 Healthcare Systems and Support Curam Business Analyst CBA2 $136.85 $153.76 $172.98 U-IT-0128 Healthcare Systems and Support Curam Programmer CUP1 $109.35 $122.87 $138.23 U-IT-0129 Healthcare Systems and Support Curam Programmer CUP2 $127.40 $143.15 $161.04 U-IT-0130 Healthcare Systems and Support Curam Architect CAR1 $144.39 $162.24 $182.52 U-IT-0131 Healthcare Systems and Support Curam Architect CAR2 $168.46 $189.28 $212.94 U-IT-0132 Healthcare Systems and Support HealthCare Programmer HRP1 $83.20 $94.39 $107.07 U-IT-0133 Healthcare Systems and Support HealthCare Programmer HRP2 $91.48 $103.43 $117.34 U-IT-0134 Healthcare Systems and Support Healthcare Technical Specialist HRTS1 $93.79 $105.93 $120.14 U-IT-0135 Healthcare Systems and Support Healthcare Technical Specialist HRTS2 $103.28 $115.91 $130.11 U-IT-0136 Healthcare Systems and Support Healthcare Systems Architect HSA1 $91.94 $103.93 $117.89 U-IT-0137 Healthcare Systems and Support Healthcare Systems Architect HSA2 $102.40 $114.98 $129.16 U-IT-0138 Administrative Support Administrative Assistant ADMIN1 $24.18 $27.32 $30.94 U-IT-0139 Administrative Support Administrative Assistant ADMIN2 $28.48 $32.18 $36.46 U-IT-0140 Administrative Support Executive Administrative Assistant EAA1 $35.66 $40.30 $45.65 U-IT-0141 Administrative Support Executive Administrative Assistant EAA2 $43.81 $49.51 $56.08 U-IT-0142 Administrative Support General Administrative Specialist/Analyst GAS1 $30.20 $34.13 $38.66 U-IT-0143 Administrative Support General Administrative Specialist/Analyst GAS2 $34.79 $39.32 $44.54 DATE(MM/DDNYYY) ACoRO® CERTIFICATE OF LIABILITY INSURANCE e/29/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER 1HE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Judith Boich Brown & Brown RS Insurance Services, LLC PHONE FAX 6 Concourse Pkwy, Ste 2300 fA/C.No.Eull: (A/C,No): Atlanta, GA 30328 ADDRESS: Judith.Boich o@bbrown.com INSURER(S)AFFORDING COVERAGE NAIC# www.bbinsurance.com INSURER A: Federal Insurance Company 20281 INSURED INSURER B: Continental Casualty Company 20443 Computer Aid Inc.1390 Ridgeview Drive INSURER C: ACE American Insurance Company 22667 Allentown PA 18104 INSURERD: INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 86952770 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXPM/ LIMITS LTR INSD WVD POLICY NUMBER (MMIDDNYYY) (MDD/VYYY1 A ✓ COMMERCIAL GENERAL LIABILITY 35947482 12/1/2024 12/1/2025 EACH OCCURRENCE $1,001) 00 DAMAGE TO RENTED CLAIMS-MADE ,/ OCCUR PREMISES(Ea ors urence) $1,000,000 MED EXP(Any one person) $10,000 / $0 Deductible PERSONAL&ADV INJURY $1,000,000 _ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 ✓ POLICY JEC= LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: S A AUTOMOBILE LIABILITY 73594134 12/1/2024 12/1/2025 COMBIIINEDDSINGLELIMIT $1,000,000 ✓ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) _ 5 A ,/ UMBRELLA LIAB ,/ OCCUR 79857871 12/1/2024 12/1/2025 EACH OCCURRENCE $20,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE S 20,000,000 DED RETENTIONS S C WORKERS COMPENSATION (25)71739531 12/1/2024 12/1/2025 s/ PER UTE 0TH ER AND EMPLOYERS'LIABILITY Y 1 N ANYPROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBEREXCLUDED? N NIA {Mandatory In NH) E.L.DISEASE-EA EMPLOYEE 51.000.000__. If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE•POLICY LIMIT $1,000,000 B Professional Liability/Cyber Liab. 652289143 12/1/2024 12/1/2025 Limit/Aggregate $10,000,000 Retro date 7/11/2001 (Claims Made) Retention $1,000,000 A Crime J06399137 12/1/2024 12/1/2025 Limit $5,000,000 Retention $150,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) APPROVED AS TO FORD Evidence of Insurance ay.; MICHAEL J.VIGLIOTTA CITY ATTORNEY CITY OF HUNTINGTON BEACH CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2000 Main St ACCORDANCE WITH THE POLICY PROVISIONS. Huntington Beach, CA 92648 AUTHORIZED REPRESENTATIVE Brown&Brown RS Insurance Services,LLC Brown&Brown RS Insurance Services,LLC ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 86952770 124 25 All Liability +PL $10M +Crime (main master) 1 Judith aolch 18/29/2025 12:28:57 PM (EDT) 1 Page 1 of 1