Loading...
Contract 2020-082AAGREEMENT NO. aOlt • )d\ FOR INFORMATION TECHNOLOGY SOLUTIONS & SERVICES THIS AGREEMENT, is made and entered into this �0 day of K)Dj fty t( 2020, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and CDW GOVERNMENT, LLC, whose address is: 230 N. Milwaukee Ave, Vernon Hills, IL 60061-1466, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Mesa through the public procurement process awarded an Agreement for IT Solutions & Services, City of Mesa Contract Number 2018011; WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the City of Mesa Contract Number 2018011; WTTNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I — SCOPE OF WORK The CONTRACTOR shall furnish IT solutions and services as described in the City of Mesa Contract Number 2018011, which is attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR that is not specified in the CITY's purchase order. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II — THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as set forth in Exhibit `B', attached hereto and incorporated herein. ARTICLE III — TERM AND TERMINATION This Agreement is to become effective upon execution by both parties, and shall remain in effect until February 28, 2023, unless terminated or renewed by the City of Mesa. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2) additional 1-year terms. ARTICLE IV — PROVISION OF SERVICES AND COMPLETION OF WORK The CONTRACTOR shall only provide to CITY IT solutions and services upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in Contract 2018011 or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. 2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. 3. It is expressly understood and agreed that the passing, approval and/or acceptance of any IT solutions and services herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted IT solutions and services so as to comply with the warranties and specifications hereof. 4. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 2 ARTICLE V — PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed product delivered and services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE VI — DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. ARTICLE VII — INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. CONTRACTOR's Commercial General Liability Insurance — The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: 3 (a) CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. Indemnification Rider (a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article.; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII — NOTICES 4 All notices shall be in. writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: CDW Government, LLC 230 N. Milwaukee Ave Vernon Hills, IL 60061-9740 Attn: Jumana Dihu, Program Manager OWNER: City of Clermont Attn: Darren S. Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX — MISCELLANEOUS 1. Attorneys' Fees — In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver — The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 3. Severability — If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment — Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 5. Entire Agreement — This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 5 6. Assignment — Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either parry's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 7. Venue — The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 8. Auulicable Law — This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records — Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. G ARTICLE VIII — NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested. and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: CDW Government, LLC 230 N. Milwaukee Ave Vernon Hills, IL 60061-9740 Attn: Anup Sreedharan, Program Manager OWNER: City of Clermont Attn: Darren S. Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX — MISCELLANEOUS 1. Attorneys' Fees — In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver — The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 3. Severability — If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment — Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 5. Entire Agreement — This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 6� ARTICLE X — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 3. An applicable Contractor Quote or Statement of Work 4. All documents contained in the City of Mesa Contract 2018011 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this_day of IWl aA6v K .2020. CITY OF CLERMONT Gail L. Ash, Mayor Y adY�o �� * �`• -:h� ems. Y. ATTEST: Tracy Ackroyd Lowe, City Clerk 7 DocuSign Envelope ID: C0884EAB-OADF-4B18-A2B5-E58FE6E51800 CDW Government, LLC DocuSigned by: By: A" SVt,t,AAMA, (Signature) Print Name: Anup 5reedharan Title: Manager, Program Management Date: 11/18/2020 CITY OF MESA AGREEMENT PURSUANT TO SOLICITATION This Agreement pursuant to solicitation ("Agreement") is entered into this 28th day of February, 2018, by and between the City of Mesa, Arizona, an Arizona municipal corporation ("Git '), and CDW GOVERNMENT LLC, an Illinois limited liability company ("Contractor"). The City and Contractor are each a 'Ejrty to the Agreement or together are "Parties" to the Agreement. RECITALS A. The City issued solicitation number 2018011 ("Solicitation") for INFORMATION TECHNOLOGY SOLUTIONS & SERVICES, to which Contractor provided a response ("Response"); and B. The City Selected Contractor's Response as being in the best interest of the City and wishes to engage Contractor in providing the services/materials described in the Solicitation and Response. In consideration of the reciprocal promises contained in the Agreement, and for other valuable and good consideration, which the Parties acknowledge the receipt and sufficiency of, the Parties agree to the following Terms & Conditions. TERMS & CONDITIONS 1. Term. This Agreement is for a term beginning on March 1, 2018 and ending on February 28, 2023. The use of the word "Term" in the Agreement includes the aforementioned period as well as any applicable extensions or renewals in accordance with this Section 1. 1.1 Renewals. On the mutual written agreement of the Parties, the Term may be renewed up to a maximum of two (2), one (1) year periods. Any renewal(s) will be a continuation of the same terms and conditions as in effect immediately prior to the expiration of the then - current term. 1.2 Extension for Procurement Processes. Upon the expiration of the Tenn of this Agreement, including any renewals permitted herein, at the City's sole discretion this Agreement may be extended on a month -to -month basis for a maximum of six (6) months to allow for the City's procurement processes in the selection of a Contractor to provide the services/materials provided under this Agreement. The City will notify the Contractor in writing of its intent to extend the Agreement at least thirty (30) calendar days prior to the expiration of the Term. Any extension under this Subsection 1.2 will be a continuation of the same terms and conditions as in effect immediately prior to the expiration of the then - current term. 1.3 Delivery. Delivery shall be made to the location(s) contained in the Scope of Work within thirty (30) days after receipt of an order. Title to Products and risk of loss or damage during shipment pass from Contractor to City upon delivery to the destination specified on the applicable purchase order (F.O.B. Destination, freight prepaid and allowed). Contractor agrees to deliver all products to be delivered F.O.B. destination, freight pre -paid and allowed to various locations throughout the City. In many cases within the City, the Contractor may be asked to deliver all products to the front counter within a given department. For special orders, the Parties agree to negotiate in good faith an alternative delivery date when necessary. Notwithstanding the foregoing, title to software will remain with the applicable licensor(s), and the City's rights therein are contained in the license agreement between such licensors) and the City. 2. Scope of Work. The Contractor will provide the necessary staff, services and associated resources to provide the City with the services, materials, and obligations attached to this Agreement as Exhibit A ("Scope of Work") Contractor will be responsible for all costs and expenses incurred by Contractor that are incident to the performance of the Scope of Work unless otherwise Page 2 of 32 stated in Exhibit A. Contractor will supply all equipment and instrumentalities necessary to perform the Scope of Work. If set forth in Exhibit A, the City will provide Contractor's personnel with adequate workspace and such other related facilities as may be required by Contractor to cant' out the Scope of Work. The Agreement is based on the Solicitation and Response which are hereby incorporated by reference into the Agreement as if written out and included herein. In addition to the requirements specifically set forth in the Scope of Work, the Parties acknowledge and agree that the Parties shall perform in accordance with all terms, conditions, specifications and other requirements set forth within the Solicitation and Response unless modified herein. 3. Orders. Orders must be placed with the Contractor by either a: (i) Purchase Order when for a one- time purchase; (ii) procurement card; (iii) Delivery Order or Blanket Purchase Order for a requirements contract where multiple as -needed orders will be placed with the Contractor; (iv) Executed Statement of Work (SOW); or (v) Executed Cloud Service Order (CSO) Form. The City may use the Internet to communicate with Contractor and to place orders as permitted under this Agreement. Unless explicitly stated in a separate writing executed by the Parties, the terms and conditions on any order form, quote, or similar document provided by Contractor to the City will not take precedence over the language set forth in this Agreement or any of the documents outlined in Section 4 below. 4. Document Order of Precedence. In the event of any inconsistency between the terms of the body of the Agreement, Exhibits, Solicitation, and Response, the language of the documents will control in the following order. a. Amendments to the Agreement b. Agreement C. Exhibits 1. Mesa Standard Terms & Conditions (Exhibit C) 2. Pricing (Exhibit B) 3. Scope of Work (Exhibit A) 4. Other Exhibits not listed above d. Solicitation including any addenda e. Contractor's Response 5. Payment. Subject to the provisions of the Agreement, the City will pay Contractor the sum(s) described in Exhibit B ("Pricin ") in consideration of Contractor's performance of the Scope of Work during the Term. 6. Pricing. Contractor's pricing shall be in the format of a minimum percentage discount off a verifiable price index. Contractor may submit discounts for various manufacturers. At the time of purchase, Contractor may offer deeper discounts beyond the discounted price list, based on volume or other factors, as applicable. Minimum discounts will remain firm during the entirety of the Term of the Agreement, unless the Contractor requests to increase its discount percentage, and Pricing will include all charges that may be incurred in fulfilling requirement(s). In addition to decreasing prices for the balance of the Term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. In the event a product is discontinued, Contractor will provide a product of the same or greater functionality, utilizing the discount structure. It is the Contractor's responsibility to provide the City with an up-to-date price list for the duration of the Agreement. 6.1 Prices. All pricing discounts shall be firm for the Term and all extensions or renewals of the Term except where otherwise provided in this Agreement, and will include all costs of the Contractor providing the materials/service including transportation, insurance and Page 3 of 32 warranty costs. No fuel surcharges will be accepted unless allowed in this Agreement. The City shall not be invoiced at prices higher than those stated in the Agreement. No price modifications will be accepted without proper request by the Contractor and response by the City's Purchasing Division. 6.2 Price Adiustment. Any requests for reasonable price adjustments must be submitted in accordance with this Section. Requests for adjustment in cost of labor and/or materials must be supported by appropriate documentation. There is no guarantee the City will accept a price adjustment; therefore, Contractor should be prepared for the Pricing to be firm over the Term of the Agreement. The City is only willing to entertain price adjustments based on an increase to Contractor's actual expenses or other reasonable adjustment in providing the services/materials under the Agreement. If the City agrees to the adjusted price terms, the City shall issue written approval of the change. During the sixty (60) day period prior to the expiration of the then -current term date of the Agreement, the Contractor may submit a written request to the City to allow an increase to the prices in an amount not to exceed the twelve (12) month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics(http://www.bis.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. 6.3 Renewal and Extension Pricing. Any extension of the Agreement will be at the same pricing as the initial term. If the Agreement is renewed in accordance with Section 1, pricing may be adjusted for amounts other than inflation that represent actual costs to the Contractor based on the mutual agreement of the Parties. Contractor may submit a request for a price adjustment along with appropriate supporting documentation demonstrating the cost to the Contractor. Renewal prices shall be firm for the term of the renewal period and may be adjusted thereafter as outlined in the Subsection 6.2. There is no guarantee the City will accept a price adjustment. 6.4 Invoices. Payment will be made to Contractor following the City's receipt of a properly completed invoice. Any issues regarding billing or invoicing must be directed to the City Department/Division requesting the service or material from the Contractor. A properly completed invoice should contain, at a minimum, all of the following: a. Contractor name, address, and contact information; b. City billing information; C. City contract number as listed on the first page of the Agreement; d. Invoice number and date; e. Payment terms; f. Date of service or delivery; g. Description of materials or services provided; h. If materials provided, the quantity delivered and pricing of each unit; i. Applicable taxes; and j. Total amount due. 6.5 Payment of Funds. Contractor acknowledges the City may, at its option and where available use a Procurement Card/e-Payables to make payment for orders under the Agreement; otherwise, payment will be through a traditional method of a check or Electronic Funds Transfer (EFT) as available. Page 4 of 32 6.6 Disallowed Costs, Overpayment. If at any time the City determines that a cost for which payment was made to Contractor is a disallowed cost, such as an overpayment or a charge for materials/service not in accordance with the Agreement, the City will notify Contractor in writing of the disallowance; such notice will state the means of correction which may be, but is not limited to, adjustment of any future claim/invoice submitted by Contractor in the amount of the disallowance or to require repayment of the disallowed amount by Contractor. Contractor will be provided with the opportunity to respond to the notice. 7. Insurance. 7.1 Contractor must obtain and maintain at its expense throughout the Term of the Agreement, at a minimum, the types and amounts of insurance set forth in this Section 7 from insurance companies authorized to do business in the State of Arizona; the insurance must cover the materials/service to be provided by Contractor under the Agreement. For any insurance required under the Agreement, Contractor will name the City of Mesa, its agents, representatives, officials, volunteers, officers, elected officials, and employees as additional insured, as evidenced by providing either an additional insured endorsement or proper insurance policy excerpts. 7.2 Nothing in this Section 7 limits Contractor's responsibility to the City. The insurance requirements herein are minimum requirements for the Agreement and in no way limit any indemnity promise(s) contained in the Agreement. 7.3 The City does not warrant the minimum limits contained herein are sufficient to protect Contractor and subcontractor(s) from liabilities that might arise out of performance under the Agreement by Contractor, its agents, representatives, employees, or subcontractor(s). Contractor is encouraged to purchase additional insurance as Contractor determines may be necessary. 7.4 Each insurance policy required under the Agreement must be in effect at or prior to the execution of the Agreement and remain in effect for the Term of the Agreement. 7.5 Prior to the execution of the Agreement, Contractor will provide the City with a Certificate of Insurance (using an appropriate "ACORD" or equivalent certificate) signed by the issuer with applicable endorsements. The City reserves the right to request additional copies of any or all of the policies, endorsements, or notices relating thereto required under the Agreement. 7.6 When the City requires a Certificate of Insurance to be furnished, Contractor's insurance is primary of all other sources available. When the City is a certificate holder and/or an additional insured, Contractor agrees no policy will expire, be canceled, or be materially changed to affect the coverage available without advance written notice to the City. 7.7 The policies required by the Agreement must contain a waiver of transfer rights of recovery (waiver of subrogation) against the City, its agents, representatives, officials, volunteers, officers, elected officials, and employees for any claims arising out of the work of Contractor. 7.8 All insurance certificates and applicable endorsements are subject to review and approval by the City's Risk Management Division. 7.9 Types and Amounts of Insurance. Contractor must obtain and retain throughout the term of the Agreement, at a minimum, the following: 7.9.1 Worker's compensation insurance in accordance with the provisions of Arizona law. If Contractor operates with no employees, Contractor must provide the City Page 5 of 32 with written proof Contractor has no employees. If employees are hired during the course of this Agreement, Contractor must procure worker's compensations in accordance with Arizona law. 7.9.2 The Contractor shall maintain at all times during the term of this contract, a minimum amount of $1 million per occurrence/$2 million aggregate Commercial General Liability insurance, including Contractual Liability. For Commercial General Liability insurance, the City of Mesa, their agents, officials, volunteers, officers, elected officials or employees shall be named as additional insured, as evidenced by providing an additional insured endorsement. 7.9.3 Automobile liability, bodily injury and property damage with a limit of $1 million per occurrence including owned, hired and non -owned autos. 8. Reauirements Contract. Contractor acknowledges and agrees the Agreement is a requirements contract; the Agreement does not guarantee any purchases will be made (minimum or maximum). Orders will only be placed when the City identifies a need and issues a purchase order or a written notice to proceed. The City reserves the right to cancel purchase orders or a notice to proceed within three (3) business days of issuance; any such cancellation will be in writing. Should a purchase order or notice to proceed be canceled, the City agrees to reimburse Contractor for any actual and documented costs incurred by Contractor. The City will not reimburse Contractor for any avoidable costs incurred after receipt of cancellation including, but not limited to, lost profits, shipment of materials, or performance of services. The City reserves the right to purchase contracted items through other sources if determined in the best interests of the City to do so. 9. Notices. All notices to be given pursuant to the Agreement will be delivered to the Contractor at the address listed on Page 1 of this Agreement. Notice will be delivered pursuant to the requirements set forth the Mesa Standard Terms and Conditions that are attached to the Agreement as Exhibit C. 10. Representations of Contractor. To the best of Contractor's knowledge, Contractor agrees that: Contractor has no obligations, legal or otherwise, inconsistent with the terms of the Agreement or with Contractor's undertaking of the relationship with the City; b. Performance of the services called for by the Agreement do not and will not violate any applicable law, rule, regulation, or any proprietary or other right of any third party; C. Contractor will not use in the performance of Contractor's responsibilities under the Agreement any proprietary information or trade secret of a former employer of its employees (other than City, if applicable); and d. Contractor has not entered into and will not enter into any agreement, whether oral or written, in conflict with the Agreement. 11. Mesa Standard Terms and Conditions. Exhibit C to the Agreement is the Mesa Standard Terms and Conditions as modified by the Parties, which are incorporated by reference into the Agreement as though fully set forth herein. In the event of any inconsistency between the terms of the Agreement and the Mesa Standard Terms and Conditions, the language of the Agreement will control. The Parties or a Party are referred to as a "party" or "parties" in the Mesa Standard Terms and Conditions. The Term is referred to as the "term" in the Mesa Standard Terms and Conditions. 12. Counterparts and Facsimile or Electronic Signatures. This Agreement may be executed in two (2) or more counterparts, each of which will be deemed an original and all of which, taken together, will constitute one agreement. A facsimile or other electronically delivered signature to the Page 6 of 32 Agreement will be deemed an original and binding upon the Party against whom enforcement is sought. 13. Incorporation of Recitals and Exhibits. All Recitals and Exhibits to the Agreement are hereby incorporated by reference into the Agreement as if written out and included herein. In the event of any inconsistency between the terms of the body of the Agreement and the Exhibits, the language of the Agreement will control. Exhibits to this Agreement are the following: (A) Scope of Work / Technical Specifications (B) Pricing (C) Mesa Standard Terms and Conditions 14. Attorneys' Fees. The prevailing Party in any litigation arising out of the Agreement will be entitled to the recovery of its reasonable attorney's fees, court costs, and other litigation related costs and fees from the other Party. 15. Additional Acts, The Parties agree to execute promptly such other documents and to perform such other acts as may be reasonably necessary to carry out the purpose and intent of the Agreement. 16. Headings. The headings of the Agreement are for reference only and will not limit or define the meaning of any provision of the Agreement. By executing below, each Party acknowledges that it understands, approves, and accepts all of the terms of the Agreement and the attached exhibits. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first above written. CITY OF MESA, ARIZONA Digitally signed by Edward Quedens By. ' Location: City of Mesa Business grvicLis Date: 2018.03.02 13:18.03 -07'00' Printed Name Date Page 7 of 32 CDW GOVERNMENT LLC Christina V. Rother Printed Name President Title March 1, 2018 Date EXHIBIT A SCOPE OF WORK 1. MINIMUM REQUIREMENTS. Contractor must meet the following minimum qualifications: a. A full range of information technology solution products and services to meet varying requirements of governmental agencies. b. Have a strong national presence as a computer solutions provider. C. Have a distribution model capable of delivering products, free of charge, in a timely manner on a nationwide basis. d. Have a demonstrated sales presence. e. Ability to provide a toll -free telephone and state of the art electronic facsimile and internet ordering and billing capabilities. f. Be able to meet the minimum requirements of the cooperative purchasing program detailed herein. 2. ORDERING. Although the City is open to alternate ordering methods, the primary methods for customers placing orders with the Contractor is through the following: a. Online b. Telephone C. Fax d. Email 3. SCOPE OF PRODUCTS. Contractor will provide the ability to purchase a comprehensive, wide variety of Information Technology Solution Products including, but not limited to, the following categories: a. Personal Computer Systems: National brand name desktop PCs, notebooks and laptops from Enterprise Tier and Middle Tier Contractors that are business related computers, manufactured by companies, such as, Apple, COMPAQ, Dell, Gateway, Hewlett Packard, IBM / Lenovo and Toshiba. Standard Business Workstation: These will be used for typical tasks, which will include word processing, spreadsheet analysis, database management, business graphics, statistical analysis, internet, and other office automation activities. Product will include the operating system license, software media and documentation in the hardware shipment. C. High End Workstation: These will be used by application developers using GIS, CASE or other high-level language development tools, Computer Aided Design and Drafting professional, Internet Application developers or other sophisticated application work. Product will include the operating system license, software media and documentation in the hardware shipment. Laptop Computer or Notebook: These will be used by traveling or remote access users for typical office automation and business productivity use. With a port replicator or docking station, it may also be used as a standard desktop. Product will include the operating system license, software media and documentation in the hardware shipment. e. Network Equipment: This includes equipment primarily used for communications over an IP network. This includes layer 2 and layer 3 switches, routers, area wireless access points, point-to-point wireless access, optics, media interfaces (i.e. serial, T1, T3, OC3) and fiber channel. Class of equipment should include home office, small and medium business, and enterprise. Contractors may include, but not limited to, Cisco Systems, Dell, Juniper Networks, HP, Extreme Networks, Enterasys Networks, D-Link, Netgear, and Brocade Communications Systems. Page 8 of 32 EXHIBIT A SCOPE OF WORK Monitors: These will include plug and play compatible monitors that are manufactured for the above systems and/or any other brand that may be specifically called for by the ordering entity and which meet the most current UL and OSHA requirements. g. Computer and Network Products and Peripherals: Complete availability of major manufacturers Product lines on items such as, but not limited to RAM, graphic accelerator cards, network interface cards, cables, printers, scanners, keyboards, drives, memory cards, cables, batteries, etc. h. Services: Services means such as, consulting, technical support, trade-ins, repair, design, analysis, configuration, implementation, installation, training, and maintenance, etc. In addition, services which are related to the design, use or operation of the Products being purchased such as system configurations, testing, hardware/software installation, upgrades, imaging, etc. as described generally in this Agreement and as more particularly described in a Statement of Work or SOW (meaning a document in electronic or written form that is signed and delivered by each of the Parties for the performance of Services. Cloud Computing means third party cloud computing and storage services, where Contractor acts as a rebiller only and has no control over the delivery of the cloud computing and storage services. City acknowledges that the cloud service provider, and not Contractor, will be responsible for performance of the Cloud Services. Also, before Contractor can sell cloud computing and/or storage services from a third party to the City, City must execute an agreement governing said cloud computing and/or storage services with the third -party cloud services provider. Comprehensive Product Offering: Contractor's catalog and Services set forth in Exhibit B shall be available. The City reserves the right to accept or reject any or all items offered. Financing: Options available such as lease programs and conditional sales contracts. 4. LICENSES. The City may be required to sign a separate agreement, rider or End User Licensing Agreement (°EULA"), or such other terms as required by manufacturers, software publisher, or cloud service provider. 5. DEFECTIVE PRODUCT. All defective Products shall be replaced and exchanged by the Contractor. The cost of transportation, re -shipping or other like expenses shall be paid by the Contractor and in the case of certain, special orders, other reasonable charges may be paid by the Contractor as defined in the order or as otherwise agreed to by the Parties. All replacement Products must be received by the City within seven (7) days of initial notification, when such products are in Contractor stock; if replacement Product is not in Contractor's stock, Contractor will use commercially reasonable efforts to order the product within one (1) business day of the initial notification from the City and will ensure product is received within seven (7) days after Contractor's receipt of the product. Page 9 of 32 EXHIBIT B PRICING Item # Product Product / Group Discount Manufacturer Name 1) Group 1- Systems 1) Desktops 2.10% All 2) Notebooks 2.10% All 3) Tablets 2.25% All 4) Servers (1 Processor, 2 Processor, 4+ Processor, Blade, Tower, Unix, Handhelds, etc.) 4.00% All 2) Group 2 - Input Devices 5) Keyboards 6.75% All 6) Mice 6.75% All 7) Imaging Scanners 3.00% All 8) POS Scanners 3.00% All 9) Pointing Devices 3.50% All 10) Bar Code Readers 4.25% All 11) Audio Input 15.00% All 12) Input Adapters 5.00% All 13) PC and Network Cameras 5.50% All 14) Input Cables 15.00% All 15) Input Accessories 6.75% All 3) Group 3 - Output Devices 16) Displays 3.50% All 17) Printers 3.00% All 18) Inkjet Printers 3.00% All 19) Inkjet Photo Printers 3.00% All 20) Laser Printers 3.00% All 21) Label Printers 4.25% All 22) Dot Matrix Printers 3.00% All 23) Multi -Function Printers 3.00% All 24) Wide Format Printers 3.00% All 25) Multi -Function Inkjet Printers 3.00% All 26) Wide Format Printers 3.00% All 27) Fax Machine Printers 3.00% All 28) Printer Accessories 3.00% All 29) Projectors 3.50% All 30) Projector Accessories 3.50% All 31) Audio Input 15.00% All 32) Video Cards 3.50% All Page 10 of 32 EXHIBIT B PRICING 33) Sound Cards 3.50% All 34) Output Accessories 6.75% All 35) Printer Consumables 3.00% All 4) Group 4 -Memory 36) Desktop 13.00% All 37) Flash 5.50% All 38) Networking 13.00% All 39) Notebook 13.00% All 40) Printer / Fax 13.00% All 41) Server 13.00% All 5) Group 5 - Storage Devices 42) Adapters Fiber Channel 5.50% All 43) Adapters FireWire / USB 5.50% All 44) Adapters IDE/ATA/SATA 5.50% All 45) Adapters RAID 5.50% All 46) Adapters SCSI 5.50% All 47) Bridges & Routers 5.50% All 48) Disk Arrays 5.50% All 49) Disk Arrays JBOD 5.50% All 50) Drives Magneto -Optical 5.50% All 51) Drives Removable Disks 5.50% All 52) Fiber Channel Switches 5.50% All 53) Hard Disks - External 5.50% All 54) Hard Disks - Fiber Channel 5.50% All 55) Hard Disks - IDE/ATA/S 5.50% All 56) Hard Disks - Notebook 5.50% All 57) Hard Disks - SCSI 5.50% All 58) Networking Accessories 5.50% All 59) Optical Drives - CD-ROM 5.50% All 60) Optical Drives - CD-RW 5.50% All 61) Optical Drives - DVD-CD 5.50% All 62) Optical Drives - DVD-RW 5.50% All 63) Storage Accessories 5.00% All 64) Storage - NAS 5.00% All 65) Storage - SAN 5.00% All 66) Tape Autoloaders -AIT 5.00% All 67) Tape Autoloaders - DAT 5.00% All 68) Tape Autoloaders - DLT 5.00% All 69) Tape Autoloaders - LTO 5.00% All 70) Tape Drives - 4mm 5.00% All Page 11 of 32 EXHIBIT B PRICING 71) Tape Drives - 8mm/VXA 5.00% All 72) Tape Drives - AIT 5.00% All 73) Tape Drives - DAT 5.00% All 74) Tape Drives - DLT 5.00% All 75) Tape Drives - LTO/Ultrium 5.00% All 76) Tape Drives SDLT 5.00% All 77) Tape Drives - Travan 5.00•A All 6) Group 6 -Network Equipment 78) 10/100 Hubs & Switches 5.500/6 All 79) Bridges & Routers 5.50% All 80) Gigabit Hubs & Switches 5.50% All 81) Concentrators & Multiplexers 5.500A All 82) Hardware Firewalls 5.50% All 83) Intrusion Detection 5.50% All 84) KVM 4.00% All 85) Modems 5.50% All 86) Network Test Equipment 5.50% All 87) Network Adapters 5.50% All 88) Network Cables 15.00% All 89) Network Accessories 5.50'% All 90) Repeaters & Transceivers 5.50% All 91) Wireless LAN Accessories 5.50% All 92) Token Authentication 5.50% All 93) 10G Fiber Optic Transceivers 5.500/6 All 94) 1G Fiber Optic Transceivers 5.500/6 All 7) Group 7 - Software 95) Licensing Packages (e.g. Microsoft) 4.00% All 96) Licensing Backup 4.00% All 97) Licensing Barcode/OC 4.00% All 98) Licensing Business Application 4.00% All 99) Licensing CAD/CAM 4.00% All 100) Licensing - Cloning 4.00% All 101) Licensing - Computer Services 4.00% All 102) Licensee - Database 4.00% All 103) Licensing - Development 4.00% All 104) Licensing - Entertainment 4.00% All 105) Licensing - Financial 4.00% All 106) Licensing - Flow Chart 4.00% All 107) Licensing - Graphic Design 4.00% All 108) Licensing - Handheld 4.00% 1 All Page 12 of 32 EXHIBIT B PRICING 109) Licensing - Network OS 4.00OA All 110) Licensing - OS 4.00OA All 111) Licensing - Personal Organization 4.00•A All 112) Licensing - Presentation 4.00OA All 113) Licensing - Reference 4.00OA All 114) Licensing - Report Analysis 4.00% All 115) Licensing - Spreadsheet 4.00PA All 116) Licensing - Utilities 4.00% All 117) Licensing - Warranties 4.00% All 118) Licensing - Web Development 4.00% All 119) Licensing - Word Processing 4.00% All 120) Software - Backup 4.00% All 121) Software - Barcode / OCR 4.00% All 122) Software - Business Application 4.00% All 123) Software - CAD/CAM 4.00% All 124) Software - Cloning 4.00% All 125) Software - Computer Services 4.00% All 126) Software - Database 4.00OA All 127) Software - Development 4.00% All 128) Software - Entertainment 4.00% All 129) Software - Financial 4.00% All 130) Software - Flow Chart 4.00OA All 131) Software - Graphic Design 4.00% All 132) Software - Handheld 4.00% All 133) Software - OS 4.00•A All 134) Software - Personal Organization 4.00OA All 135) Software - Presentation 4.00•A All 136) Software - Reference 4.00% All 137) Software - Report Analysis 4.00•A All 138) Software - Spreadsheet 4.000/6 All 139) Software - Utilities 4.00% All 140) Software - Warranties 4.00% All 141) Software - Web Development 4.00% All 142) Software - Word Processing 4.00% All 8) Group 8 -Media Supplies 143) Media - 4mm tape 5.50% All 144) Media - AIT tape 5.50% All 145) Media - DAT tape 5.50% All 146) Media - DLT tape 5.50% All Page 13 of 32 EXHIBIT B PRICING 147) Media LTO / Ultrium tape drive 5.500A All 148) Media - Magneto - Optical 5.50% All 149) Media - Optical 5.50% All 150) Media - SLR tape 5.50% All 151) Media - Travan tape 5.50% All 152) Media - VXA tape 5.50% All 153) Media - zip 5.50% All 9) Group 9 - Collaboration & IP Telephony 154) IP phones 4.25% All 155) Video conferencing products 4.25% All 156) Voice gateways / servers 4.25% All 157) Headsets o 4.25/o All 158) Audio conferencing products 4.25% All 159) Analog phones 4.25% All 160) Accessories 4.25% All 10) Group 10 -Other 161) Advanced Integration 3.00% All 162) Asset Disposal 3.00% All 163) Asset Management 3.00% All 164) Cables 15.00% All 165) Cables - custom 15.00% All 166) Cables - printer 15.00% All 167) Complex warranties 3.00% All 168) Desktop Accessories 6.75% All 169) Display Accessories 3.50% All 170) Electronic Services 3.00% All 171) Handheld Accessories 6.75% All 172) Imaging Accessories 6.75% All 173) Imaging - Camcorders 3.50% All 174) Imaging - Digital Cameras 3.50% All 175) Internal Lab Service 3.00% All 176) Lab fees 3.00% All 177) Managed Services 3.00% All 178) Miscellaneous solutions 3.00% All 179) Mounting hardware for vehicles 2.50% All 180) Networking Warranties 3.500A All 181) Notebook Accessories 2.50% All 182) Notebook Batteries 5.00% All 183) PC Lab order services 3.00% All 184) POS Accessories 4.25% All Page 14 of 32 EXHIBIT B PRICING 185) POS Displays 4.25% All 186) Power Accessories 5.00% All 187) Power Surge Protection 5.00% All 188) Power UPS 5.00% All 189) Server Accessories 4.00% All 190) Service Charge 2.00% All 191) System Components 13.00% All 192) Training Courses 3.00% All 193) Training Reference Manuals 3.00% All 194) Warranties - Electronic 3.00% All 195) WAD / Tablet Stylus 6.75% All 196) Mouse / Wrist Pads 6.75% All 197) Security Locks and Hardware 6.75% All 198) Tools 6.75% All 199) Document Scanner Accessories 3.00% All 200) Flatbed Scanners 3.00% All 201) Mobile Scanners 3.00% All 202) Network Scanners 3.00% All 203) Sheet fed Scanners 3.00% All 204) Wide Format Scanners 3.00% All 205) Workgroup / Department Scanner 3.00% All 206) Build to Order Desktops 2.10% All 207) Nettop 3.00% All 208) Point of Sale 4.25% All 209) Ultra Small Form Factor 2.10% All 210) Apple / Mac Memory Upgrades 13.00% All 211) Chips / SIMMs/SIPPs / ROMs 13.00% All 212) Computer Cases 13.00% All 213) CPUs / Fans 13.00% All 214) Memory Accessories 13.00% All 215) Motherboards / Chassis 13.00% All 216) 1- 2 port Serial Boards 13.00% All 217) 3+ port Serial Boards 13.00% All 218) Console Server 4.00% All 219) Device Server 4.00'D/o All 220) Terminal Server 4.00% All 221) Content Management 4.00% All 222) Firewall / VPN Appliances 5.50% All Page 15 of 32 EXHIBIT B PRICING 223) Multifunction Security Appliances 5.50% All 224) Network Camera Accessories 5.50% All 225) Network Cameras 5.50% All 226) Physical/Environmental Security 5.50% All 227) Security Appliance Accessories 5.50% All 228) Security Tokens 5.50% All 229) Unified Threat Management 5.50% All 230) 2-way Radios / Walkie Talkies 6.75% All 231) Apple Notebooks 2.50% All 232) Convertible PCs / Slate PCs / iPAD 2.25% All 233) iPAD 2.25% All 234) Slate Tablet Computers 2.25% All 235) GPS / PDA 6.75% All 236) Wireless Communication Devices 2.50% All 237) Batteries 5.00% All 238) Power Supplies / Adapters 5.00% All 239) Rackmountain Equipment 5.00% All 240) Remote Power Management 5.00% All 241) Surge Suppressors 5.00% All 242) UPS / Battery Backup 5.00% All 243) 14" & smaller LCD Display 3.50% All 244) 15-19" LCD Display 3.50% All 245) 15-19" Wide LCD Display 3.50% All 246) 15-19" Wide LED Display 3.50% All 247) 20-30" LCD Display 3.50% All 248) 20-30" Wide LCD Display 3.50% All 249) 20-30" Wide LED Display 3.50% All 250) PCoIP and Zero Client Displays 3.50% All 251) Arm Mounts 3.50% All 252) Ceiling Mounts 3.50% All 253) Combo Mounts 3.50% All 254) Desktop Stands / Risers 3.50% All 255) Flat Wall Mounts 3.50% All 256) Mount Accessories 3.50% All 257) Pole Display 4.25% All 258) Stands / Carts / Feet 3.50%1 All 2591 Tilt Wall Mounts 3.50% 1 All Page 16 of 32 EXHIBIT B PRICING 260) C-Cure Products 4.00% All 261) [star Products 5.50% All SERVICE STANDARD HOURLY RATE DISCOUNT FROM STANDARD RATE Design and Analysis Configuration % Implementation % Please see 11) Group 11-Services CDW G's Professional Services Offering below Installation % Training o for descriptions of CDW G's Professional Services. Maintenance & Support % CDW Configuration Services 5% Please see CDW•G's Configuration 12) Group 12 -Additional Products/Services Not Services Pricelist below for descriptions and pricing of CDW•G's Configuration Services. Identified Apple Products for eligible 0.50% Government and Educational Entities CDWG has conformed to the National Pricing structure aligning to National IPA's product taxonomy, however, CDWG will manage the resultant contract according to CDWG's Product Tree below, which shall govern all purchases and provides more breadth and a more complete representation of the CDWG Catalog. All discounts will be applied by product category listed below to CDWG's Nationally Advertised Pricing which is publicly verifiable at www.cdwe.com. Product• Categories Accessories 6.75% Power, Cooling & Racks 5.00% Desktop Computers 3.00% PC Compatible Desktop Computer 2.10% PC Compatible Workstation 3.00% Blade PCs 3.00% RISC Processor Workstation 3.00% Thin Clients 3.00% Web TV Access Unit 3.00% Page 17 of 32 EXHIBIT B PRICING Windows Based Terminals 3.00% Data Storage / Drives 5.50% Enterprise Storage 5.00% Point of Sale/Data Capture 4.25% Servers & Server Management 4.00% Services (CDW Delivered) 0.00% Notebook/Mobile Devices 2.50% Notebook Computers 2.10% Notebook Accessories 2.50% Wireless Communication Devices 2.50% Convertible PCs/Slate PCs/iPAD 2.25% Chromebooks 0.00% Netcomm Products 5.50% Gigabit Switch 6.00% Modular Switch Chassis 6.00% Modular Switches 5.50% Carts and Furniture 5.00% Printing & Document Scanning 3.00% Services (3rd Party Delivered) 0.00% Warranties -Product Protection 3.50% Software 4.00% Collaboration Hardware 4.25% Memory/System Components 13.00% Video -Projection -Pro Audio 3.50% Cables 15.00% CDW Configuration Services 5.00% Apple Products for Eligible Entities .50% CDWG will work with Manufacturers and the City or Participating Agencies, as applicable, post award to ensure they are aware of and participating in special manufacturer programs. CDWG Account Managers will work with the City or Participating Agencies, as applicable, post award to determine If large orders qualify to receive additional discounts. These discounts are dependent on order size, delivery schedule and will be negotiated with Manufacturers. As Apple's largest Corporate Channel Partner to the U.S., CDWG has negotiated to offer Apple Products to Eligible Government and Educational Entities at the discount listed above and in the pricing table in this Exhibit B. Page IS of 32 EXHIBIT B PRICING CDW*Ell Professional Services Offering Major Metro Service Areas Washington, DC Raleigh Madison New York City Houston Wausau Metro Los Angeles Tampa Milwaukee San Francisco Atlanta Appleton San Diego National Grand Rapids Boston Metro Dallas Indianapolis Chicago Cincinnati Cleveland Federal Detroit Philadelphia Minneapolis Seattle St. Louis/KC Denver Nashville Portland Services apply to both CDWG executed professional services and services which are sub -contracted through a CDWG authorized third party provider. Hourly or fixed rates will be negotiated based on the customer, geography, scope of the professional service engagement, and level of engineer required to perform the service. CDWG will create a Statement of Worts (SOW) detailing the exact scoping and pricing of the Services to be provided, which will be executed by CDWG and the National IPA member prior to the start of Services. Sample SOW is included in our proposal. Expenses (T and E) may be an additional consideration depending on project specifics. Solution Domain Discipline TechnologyDomain Role '3ata Migration senior consulting Engineer EMC Senior Consulting Engineer Datacenter Storage IBM Senior Consulting Engineer VM Ware Senior Consulting Engineer NetApp Senior Consulting Engineer Associate Consulting Engineer Consulting Engineer Datacenter Networking & Enterprise Networking Infrastructure & Networking Senior Consulting Engineer Principal Consulting Engineer Technical Lead Associate Consulting Engineer ' client virtualization Consulting Engineer Mobility Client Management Endpoint Management Mobile Device Management Senior Consulting Engineer g Principal Consulting Engineer Technical Lead i VDI Citrix Senior Consulting Engineer Associate Consulting Engineer Consulting Engineer Security Network Security Network Security Senior Consulting Engineer Principal Consulting Engineer Technical Lead Page 19 of 32 EXHIBIT B PRICING Security Information Security Information Security Penetration Testing Gap Analysis (HIPAA gap, PCI Gap, NIST Collaboration Communication Voice, Video Collaboration Associate Consulting Engineer Consulting Engineer Senior Consulting Engineer Principal Consulting Engineer Technical Lead Collaboration Engagement Contact Center Associate Consulting Engineer Consulting Engineer Senior Consulting Engineer Principal Consulting Engineer Technical Lead Collaboration Productivity Information Worker Associate Consulting Engineer Consulting Engineer Senior Consulting Engineer Principal Consulting Engineer Technical Lead Consulting Advisory Services Consulting Advisory Services Consulting Advisory Services CAS_ Business_ Analyst CAS_Consultb>g_Servioss_Archltect CAS_Engagement Manager CAS_Technology_Architect CAS —Business —Architect Project & Program Management Project &Program Management Project & Program Management Project Admin Project Manager Senior Project Manager Program Manager Group = : EDC Description Advertised Price _ Hardwarea C-nnfinnratinns and Prinrift Carrie P Contract Contract Discount Ceiling Price Priority 1625768 PRIORITY SERVICE 21.99 5% $ 20.89 5% $ 31.34 5% $ 17.09 5% $ 21.84 5% $ 9.49 5% $ 78.84 5% $ 31.34 5% $ 0.93 5% $ 9.49 5% $ 9.49 5% $ 28.49 5% $ 9.49 5% $ 17.09 Hardware 1706188 CDW Hardware Install for Server 32.99 Hardware 1706189 CDW Hardware Install for DT-LT 17.99 Hardware 1820627 CDW Hardware Install for Net= 22.99 Hardware 3558560 1 CDW MOBILE DEVICE SIM CARD INSTALL 9.99 Hardware 2437037 CDW RACK CONFIG 1 CREDIT 82.99 Hardware 3803338 CDW HARDWARE INSTALL FOR PRINTER 32.99 Asset Tagging Asset Tags 322170 CDW ASSET TAGS NO INSTALL MAIL ONLY 0.98 Asset Tacis 338519 CDW ASSET TAG W/O INSTALL 9.99 Asset Tacis 338521 CUSTOMER ASSET TAG CONFIG SERVICE 9.99 Asset Tags 500814 CDW CREATE CUSTOM TAG LABEL 29.99 Asset Tags 500815 BASIC CUSTOM TAG 9.99 Asset Taos 500817 INTERMEDIATE CUSTOM TAG __ 17.99 Page 20 of 32 Asset Tacis 500818 ADVANCED CUSTOM TAG 22.99 Asset Tags 537315 CDW CREATED CUSTOM TAG - MAIL ONLY 1.22 Asset Tags 955862 CDWG UID TAG LABEL 9.99 Asset Tags 1095109 CDW RFID TAG 61.99 Asset Taos 3465262 BASIC CUSTOM TAG W BOX DUP TAG $10.99 Asset Taos 3465269 CUSTOMER ASSET TAG W BOX DUP REQ6330 10.99 Asset Tags 4347185 CUSTOMER ASSET TAG W BOX DUP RE 247 $12.99 Asset Tags 3465895 INTERMEDIATE CUSTM TAG W-BOX DUP TAG $21.99 Asset Tags 3982815 ADV CUSTOM TAG W BOX DUP $24.99 Canfinuratien SaMen Bundlas Bundle 2342089 CDW HW IMAGE CDW ASSET TAG -RE 1173 45.99 Bundle 2342092 CDW HW IMAGE BASIC CUSTM TAG -RE 1174 52.99 Bundle 2342096 CDW HW IMAG CUSTMR ASSET TAG -RE 1175 52.99 Bundle 2342098 CDW IMAG CSTMR ASSET TAG PRI-RE 1176 46.99 Bundle 2342102 CDW IMAGE CDW ASSET TAG PRI-RE 1177 39.99 Bundle 2342106 CDW HW IMAGE PRIORITY -RE 1178 $53.99 Bundle 2423730 CDW HW IMAGE CDW ASSET PRI-RE 1193 $53.99 Bundle 2423732 CDW HW IMG BSC CSTM TAG PRI-RE 1194 $59.99 Bundle 2423734 CDW HW IMAG CUSTMR ASSET PRI-RE 1195 $59.99 Bundle 2426793 CDW IMAGE CUSTMER ASSET TAG -RE 1197 $39.99 Bundle 2426795 CDW IMAGE CDW ASSET TAG-REQ1198 $32.99 Bundle 2426798 CDW HARDWARE IMAGE DEPLOY -RE 1199 $45.99 Bundle 2853723 CDW IMAGE BASIC CUSTOM TAG -RE 1324 $39.99 Bundle 2853726 CDW IMAGE BIOS CUSTOMIZATION -RE 1325 $39.99 Bundle 3269810 CDW HW IMG INTRM TAG CMPTRAC RE 1901 $63.99 Bundle 3327808 CDW LIGHT TOUCH IMAGE DEPLOY W-VPN $42.99 Bundle 4008018 LEVEL 1 IOS ETCH INSERT REQ 5075 $39.99 Bundle 4008025 LEVEL 1 IOS ETCH REQ 5076 $33.99 Bundle 4041681 IOS LVLI & SRVC CUST INSERT RE 5156 $28.99 Bundle 4056755 INT CUST TAG&DUP + DATA CAP CONTRACT $21.99 Bundle 4086733 CDW LT IMAGE DEPLOY W N&BOX LABEL $44.99 Bundle 4171085 COI SPECOPS & PROJECTMANGEMENT R5611 569.99 Diaonostcs 1 214266 1 CDW BURN IN 12 HOURS 21.99 Imaging Imaoino 195856 1 CDW INSTALLING CUSTOM SERVER IMAGE $ 113.99 rIm a i 379370 CDW INSTALLING CUSTOM PDA IMAGE 17.99 i 534223 CDW STANDARD IMAGE DEPLOYMENT DT NB 32.99 aoinu 763587 FLASH DRIVE IMAGING $ 9.99 Imaging 1640342 1 CDW INSTALLING ALTIRIS SERVER IMAGE $113.99 Imaging 1926223 CDW TERMINAL IMAGE DEPLOYMENT $32.99 Imaoino 2691836 CDW ZERO TOUCH IMAGE DEPLOYMENT $ 32.99 5% $ 21.84 5% $ 1.16 5% $ 9.49 5% $ 58.89 5% $ 10.44 5% $ 10.44 5% $ 12.34 5% $ 20.89 5% $ 23.74 5% $ 43.69 5% $ 50.34 5% $ 50.34 5% $ 44.64 5% $ 37.99 5% $ 51.29 5% $ 51.29 5% $ 56.99 5% $ 56.99 5% $ 37.99 5% $ 31.34 5% $ 43.69 5% $ 37.99 5% $ 37.99 5% $ 60.79 5% $ 40.84 5% $ 37.99 5% $ 32.29 5% $ 27.54 5% $ 20.89 5% $ 42.74 5% $ 541.49 5% $ 20.89 5% $ 108.29 5% $ 47.49 5% $ 31.34 5% $ 174.79 5% $ 17.09 5% $ 31.34 5% $ 9.49 5% $ 37.99 5% $ 30.39 5% $ 108.29 5% $ 31.34 5% $ 31.34 5% $ 108.29 Page 21 of 32 EXHIBIT B PRICING Imaoinci 2869570 CDW USB RESTORE UPTO 32G6 $52.99 Imaging 3652393 CDW CREATE CUSTOM RECOVERY PARTITION $353.99 Imaging 3765107 SERVER RACKING ADV IMAGING SVC $219.99 Imaging 3982809 CDW USB RESTORE SVC UPTO 64GB $63.99 Imaqinq 4008336 CHROME WHITE GLOVE SERVICE TIERl $22.93 Imaging 4008354 CHROME WHITE GLOVE SERVICE TIER2 $24.93 Imaging 4419882 CHROME UNMANAGED KIOSK APP INSTALL $28.92 Imaging 4086723 CDW IMAGE DEPLOY W BOX LABEL RE 281 $33.99 Imagino 1 4086738 1 CDW SCCM SRV-ZERO TOUCH W BOX LABEL 33.99 Laser Etchinn 1 Cninr Rrandinn Laser Etching 1461344 CDW LASER ETCHING -TIER 1 STATIC SML $11.00 Laser Etching 2815190 CDW LASER ETCHING -TIER 2 STATIC LRG $15.00 Laser Etching 2815191 CDW LASER ETCHING -TIER 3 DYNAMIC $22.00 Color Brandino 3223260 CDW COLOR BRANDING TEMPLATE - Color Branding 4100630 CDW COLOR BRANDING TIER 1 $15.00 Color Brandino 3223250 CDW COLOR BRANDING TIER 2 $22.00 Color Branding 3436605 CDW COLOR BRANDING TIER 3 30.00 Mobile Carts Mobile Carts 4466480 1 CDW CHROMEBOOK WIRE CART CONFIG $120.00 Netmm Netcom 311718 CDW NETWORK & SECURITY DEVICE CONFIG $40.00 Netcom 1550455 CDW NETWORK & SEC CHASSIS CONFIG BUN $100.00 Net= 1550460 CDW NETWORK & SEC DEVICE CONFIG BUN $65.00 Net= 2394839 CDW NETWORK & SEC CHASSIS CONFIG $70.00 Netcom 2432019 CDW VPN DOMAIN JOIN ONLY 8.00 NetaDM 3628500 CDW VPN DOMAIN JOIN ONLY-PCA 8.00 Netcom 3651585 CDW AP ENDPOINT PROVISIONING 30.00 Netcom 4121801 CDW AP ENDPOINT FIRMWARE UPDATE $16.00 NetoDm 4219966 CDW CLIENT VPN CONFIGURATION $12.00 5% $ 50.34 5% $ 336.29 5% $ 208.99 5% $ 60.79 5% $ 21.78 5% $ 23.68 5% $ 27.47 5% $ 32.29 5% $ 32.29 5% $ 10.45 5% $ 14.25 5% $ 20.90 5% $ - 5% $ 14.25 5% $ 20.90 5% $ 28.50 5% $ 114.00 5% $ 38.00 5% $ 95.00 5% $ 61.75 5% $ 66.50 5% $ 7.60 5% $ 7.60 5% $ 28.50 5% $ 15.20 5% $ 11.40 5% $ 11.40 5% $ 15.20 5% $ 11.40 5% $ 4.75 5% $ 4.75 5% $ 4.75 5% $ 4.75 5% $ 4.75 5% $ 28.50 5% $ 57.00 5% $ 14.25 5% $ 28.50 5% $ 14.25 5% $ 28.50 5% $ 7.60 5% $ 11.40 5% $ 11.40 5% $ 28.50 Page 22 of 32 EXHIBIT B PRICING Other 3553290 CDW APPLE ID CREATION 5.00 5% $ 4.75 Other 3899153 CDW VPRO BASIC ACTIVATION RE 717 5.00 5% $ 4.75 Other 4248044 CDW LENOVO IMM ACTIVATION $12.00 5% $ 11.40 Other 4176320 CDW ASSET MGMNT UPDATE SVC REQ 5634 i.25 5% $ 1.19 Software Software 76056 CDW APPLICATION INSTALL DT NB 36.00 5% $ 34.20 Software 76980 CDW NETWORK OPERATING SYSTEM INSTALL 200.00 5% $ 190.00 Software 346243 CDW STD WINDOWS CLIENT OS INSTALL 90.00 5% $ 85.50 Software 931000 CDW NETWORK APPLICATION INSTALL 100.00 5% $ 95.00 CDW APPLICATION UPDATES AND 5% Software 1197183 MAINTENANCE 22.00 $ 20.90 Software 1278296 CDW OEM MFG OS INSTALLATION $90.00 5% $ 85.50 Software 1291101 CDW LINUX INSTALLATION OS -ALL VERS 120.00 5% $ 114.00 Software 1550439 SUN SOLARIS INSTALLATION - ALL VERSIONS 200.00 5% $ 190.00 Software 1550447 VMWARE INSTALLATION - ALL VERSIONS 70.00 5% $ 66.50 Software 3803347 CDW SOFTWARE CONFIG FOR PRINTER 24.00 5% $ 22.80 Software 3982800 CDW HDD OS SWAP SVC REQ5012 36.00 5% $ 34.20 Configuration Project Mana ement COI Pro'. M mt 3110955 CDW CONFIG PROJECT COORD HRLY CREDIT $75.00 5% $ 71.25 Pro'. M mt 4289890 CDW CONFIG PM 150 HRLY CHARGE 150.00 5% $ 142.50 Pro . M mt 3536706 CDW COI PROJ COORD OPS COST $5,000.00 5% $ 4,750.00 Proj. M mt 3543509 CDW CONFIG PROJECT COORD CREDIT UNIT $5.00 5% $ 4.75 Pro', M mt 3752290 CDW PRO] MNGMNT CONFIG AP SVC $7.00 5% $ 6.65 Pro•, M mt 4086747 CONFIGS SERVICES PROD MGMT(PER UNIT) 1.00 5% $ 0.95 M mt 4087191 CONFIGS SERVICES PRO] MGMT(PER UNIT) 0.50 5% $ 0.48 COI 3268855 CDW CONFIG PROJECT COORD COI SVC 300.00 5% $ 285.00 COI 3561536 COI OPS PALLET RECEIVING/PROCESSING $480.00 5% $ 456.00 COI 4439488 COI OPS PALLET MONTH RE PRO 40.00 5% $ 38.00 COI 3659769 CDW COI OPERATIONAL EXPENSE WITH SN 10.00 5% $ 9.50 COI 3827583 COI TEMP TAG NO INSTALL E-MAIL $ 10.00 5% $ 9.50 Page 23 of 32