Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Logisoft Technologies Inc
Prepared For: Marcie Graham, Marketing Manager City of La Quinta 78495 Calle Tampico La Quinta, California 92253 Prepared by: LOGISOFT TECHNOLOGIES INC. Srinivas Menta President & CEO 50, Cragwood Rd, Suite# 315, South Plainfield, NJ- 07080. Phone: (908) 230-5390 Email: psu@logisofttechinc.com RESPONSE TO RFP No. 03172025 (Website Design & Maintenance Services) Copyright © 2025 Logisoft Technologies Inc. All rights reserved. No part of this publication may be reproduced in any form, for any purpose other than for purposes of evaluation of this proposal, without a written permission from Logisoft. Page 2 of 14 Confidential Document Contents 1. Cover Letter .......................................................................................................................................... 3 2. Company Overview ........................................................................................................................... 5 3. Executive Summary .......................................................................................................................... 5 4. Firm Background, Qualifications, and Experience .............................................................. 6 A. Number of Years in Business ........................................................................................................ 6 B. Taxpayer Identification Number (TIN) .................................................................................... 6 C. Key Project Team ............................................................................................................................... 6 D. Firm Ownership and Incorporation Details ........................................................................... 7 E. Parent Company Information ....................................................................................................... 7 5. References for Past Experience ................................................................................................... 7 6. Complete Pricing List ....................................................................................................................... 9 A. Project Effort & Cost Estimations ............................................................................................... 9 B. Resource Costs .................................................................................................................................... 9 C. Optional/Complementary Services ......................................................................................... 10 D. Multi-Year Maintenance & Support Plan ............................................................................... 10 E. Total Project Estimate ................................................................................................................... 10 7. Complementary Services along with Corresponding Prices ........................................ 10 8. Staffing and Project Organization ............................................................................................. 11 A. Key Project Roles and Responsibilities .................................................................................. 11 B. Team Structure ................................................................................................................................. 12 C. Organizational Chart ...................................................................................................................... 12 9. Subcontracting Services ................................................................................................................ 13 10. Statement of Organizational and Financial Stability ................................................... 14 11. Attachments ................................................................................................................................... 14 A. Acknowledgment of Insurance Requirements ................................................................... 14 B. Non-Collusion Affidavit ................................................................................................................. 14 C. Acknowledgment of Addenda .................................................................................................... 14 D. Key Personnel Resumes ................................................................................................................ 14 Page 3 of 14 Confidential Document 1. Cover Letter TO Date: 04/22/2025 City of La Quinta Attn: Marcie Graham, Marketing Manager 78495 Calle Tampico La Quinta, California 92253 Email: MGraham@LaQuintaCA.gov Subject: Proposal for Website Design and Maintenance Services Dear Ms. Graham, On behalf of Logisoft Technologies, Inc., I am pleased to submit our proposal in response to the City of La Quinta's Request for Proposals (RFP) for Website Design and Maintenance Services. We appreciate the opportunity to support the City in delivering a modern, user-friendly, ADA-compliant website that enhances civic engagement and reflects the distinctive character of La Quinta. Logisoft Technologies is a full-service IT solutions firm with over 17 years of experience in public sector digital transformation projects. We specialize in custom website design, CMS migration, accessibility compliance, content strategy, and scalable infrastructure. Our dedicated project team is ready to collaborate closely with City staff to create an intuitive and visually engaging website that meets all outlined goals—while ensuring seamless integration with services such as Laserfiche and meeting all security, legal, and operational requirements. The proposal enclosed herein includes all elements required under the RFP, including our project team’s qualifications, relevant references, pricing, and executed attachments. All information and pricing submitted herein shall remain valid for a minimum of ninety (90) days from the date of submission. We also affirm that no individual assigned to this project has any conflicts of interest with the City or any potential third-party vendors. Should we be selected, all individuals performing work for the City will be fully committed to supporting La Quinta’s vision through transparent communication, best-in-class design practices, and long-term value creation. Page 4 of 14 Confidential Document Please feel free to contact me directly with any questions or clarifications needed during your review process. Sincerely, Srinivas Menta Founder & CEO Logisoft Technologies Inc. 50 Cragwood Rd, Suite #315 South Plainfield, NJ 07080 +1 (908) 230-5390 www.logisofttechinc.com | www.gozeeko.com | www.chefgaa.com We are Certified Page 5 of 14 Confidential Document 2. Company Overview Logisoft Technologies Inc. is a leading provider of technology consulting, product development, and software services. Established in 2008, our company is headquartered in South Plainfield, NJ, with an Offshore Development Center in Hyderabad, India. We have built a reputation for delivering flexible IT solutions across various industries, including finance, healthcare, and hospitality. As a Microsoft Certified Partner, our company boasts a robust international infrastructure and a team of highly skilled technical and functional specialists. Our expertise spans a wide range of technology solutions, including CMS websites development, advanced cybersecurity, cloud computing, and enterprise software development. Our team is proficient in leveraging cutting-edge technologies including Artificial Intelligence to drive innovation and efficiency across operations. With a prestigious clientele that includes major corporations like Bank of America, Wells Fargo, and Verizon, we are committed to providing scalable and secure technology solutions that meet the complex demands of today’s digital landscape, ensuring our clients achieve and maintain a competitive edge. We are committed to delivering high-quality solutions, meeting federal compliance standards, and providing innovative technology services to meet evolving business needs. 3. Executive Summary The City of La Quinta seeks to transform its municipal website into a modern, user-centric, accessible, and future-ready digital platform that reflects the City’s vibrant character and commitment to transparency. Logisoft Technologies, Inc. is proud to submit this proposal to design, develop, and maintain the City’s new website, delivering intuitive user experience, seamless content management, and long-term operational efficiency. With over 17 years of experience in government technology services, Logisoft brings a seasoned team of designers, developers, accessibility experts, and project managers who specialize in public-sector web solutions. We propose a robust, scalable, and ADA-compliant website built on a flexible content management system that empowers City staff with easy content control while ensuring citizens and visitors enjoy streamlined access to services and information. Our solution will migrate existing content from the City’s legacy proprietary system into a mobile-responsive, SEO-optimized, and secure platform that meets Page 6 of 14 Confidential Document WCAG 2.1 accessibility standards. Additionally, we will implement integrations with critical systems including Laserfiche for document archives, enable social media and calendar features, and provide search enhancements that simplify content discovery. Our approach prioritizes stakeholder collaboration, proactive communication, and long-term value. We offer comprehensive training for City staff, provide continuous support, and ensure full compliance with all regulations, insurance, and legal obligations outlined in the RFP. Logisoft Technologies is committed to delivering a website that not only meets the City’s functional needs but becomes a trusted and engaging digital front door for residents, businesses, and visitors alike. 4. Firm Background, Qualifications, and Experience A. Number of Years in Business Logisoft Technologies Inc. has been providing professional IT services including website development, digital strategy, and system integration since 2008, totaling over 17 years of industry experience. We have consistently served government, education, and nonprofit organizations with scalable and user-centered digital solutions. B. Taxpayer Identification Number (TIN) New Jersey - 26-1783175 C. Key Project Team We have assembled a team of highly skilled professionals to manage and execute the La Quinta website project: • Project Manager: Pavan Kumar Gopa [Oversees timeline, deliverables, status reporting, and coordination with City staff] • UX/UI Designer: Prudhvi Nadimpalli [Leads the design of mobile-responsive, accessible, and brand-aligned layouts] • Lead Web Developer: Revanth Kammula [Responsible for CMS setup, functionality integration (e.g., Laserfiche), and performance] • QA & Accessibility Analyst: Vinay Goud Nimmala [Conducts ADA/WCAG 2.1 compliance reviews, usability testing, and quality assurance] • Content Migration Specialist: Doug Wilson [Assists in structured content transfer from current site, ensuring functionality preservation] • Training & Support Lead: Sumit Lodwal [Provides live and recorded training sessions, documentation, and admin onboarding] Page 7 of 14 Confidential Document D. Firm Ownership and Incorporation Details Logisoft Technologies, Inc. is a privately held corporation, incorporated in the State of New Jersey on January 19, 2008. E. Parent Company Information Logisoft Technologies, Inc. is an independent entity and not a subsidiary of any parent company. 5. References for Past Experience Below are three representative references from municipal and public-sector web development projects that demonstrate our qualifications and success in delivering similar website solutions. Reference 1: Client name Sify Technologies North America Corp. Address 5201 Great America Parkway, Suite, 132 Santa Clara, California 95054, USA Duration of project May 2019 – Till date Contract amount $2,063,337.00 Description Of Project We provided resources at these different levels for this client. • Lead Application Security Engineer • AWS Cloud Engineer • Azure Engineer • Unix Engineer Contact Person Richard Kennedy Contact Title Director - Service Delivery - Cloud & Managed IT Services Contact Email richard.kennedy@sifycorp.com Contact person’s phone (302) 932-0554 Reference 2: Client name Computer Aid, Inc. (State of NC) Address 1390 Ridgeview Drive, Allentown, PA 18104 Duration of project October 2018 – Till date Contract amount $108,280.24 Description Of Project We provided resources at these different levels for this client. • Service Now Business Analyst • Dynamic CRM Junior developer Page 8 of 14 Confidential Document • Dynamic CRM senior developer Contact Person Nicole Walker Contact Title Manager Contact Email Nicole.Walker@cai.io Contact person’s phone (919) 355–6270 Reference 3: Client name Norwegian Cruise lines Address Miami, Florida Duration of project November 2018 – October 2024 Contract amount $500,000.00 Description Of Project z-View Instant Feedback Management System We have successfully implemented the z-View Instant Feedback Management System and currently handle its ongoing maintenance and customer support. z-View is designed to capture and manage customer feedback in real-time, providing actionable insights to improve service quality and customer satisfaction. Our role involves regularly updating the system to enhance functionality, ensuring smooth operation, and providing immediate support to address any user queries or issues. This continuous engagement helps maintain z-View's reliability and effectiveness as a critical tool for instant feedback management. Contact Person Mr. Samit Mohan Lal Contact Email slal@ncl.com Contact person’s phone (305) 794-8125 Reference 4: Client name Inbestments.com Address 23515 NE NOVELTY HILL RD STE B202, REDMOND, WA 98053 Duration of project August 2021 – Till Date Contract amount $300,000.00 Description Of Project For the Inbestments.com real estate portal, our team is tasked with enhancing and maintaining this comprehensive investment platform. Our responsibilities include updating and refining features to improve user experience, Page 9 of 14 Confidential Document ensuring seamless functionality, and integrating advanced analytical tools to aid investment decisions. We also manage backend optimizations for increased performance and scalability. Alongside technical upgrades, our ongoing maintenance ensures robust security and timely updates, supporting the platform's reliability and user trust. This strategic input aims to elevate Inbestments.com service offerings, keeping it at the forefront of real estate investment solutions. Contact Person Mr. Vinod Sharma Contact Email Vinod.Sharma@inBestments.com Contact person’s phone (425) 443-0273 6. Complete Pricing List Below is a detailed fee schedule for the website design, development, training, and ongoing maintenance services proposed for the City of La Quinta. A. Project Effort & Cost Estimations Project Activity and Deliverable Effort (Hrs.) Cost ($) Discovery & Requirements Gathering 187 $50,838.00 Information Architecture & Wireframing 234 $11,709.00 UX/UI Design Mockups 279 $13,961.00 CMS Setup & Configuration 216 $10,808.00 Front-End Development 539 $26,970.00 Back-End Development & Integration 484 $24,218.00 Laserfiche Integration 161 $8,056.00 Content Migration & Setup 241 $12,059.00 SEO & Performance Optimization 120 $6,005.00 Accessibility (WCAG 2.1) Testing & Fixes 438 $21,917.00 CMS Training for Staff 82 $4,103.00 Final QA, UAT & Go-Live Prep 438 $50,838.00 Post-Launch Support (1st month) 82 $12,710.00 Total 3501 $254,192.00 B. Resource Costs Role Hourly Rate Project Manager $70.00 Business Analyst $65.00 Page 10 of 14 Confidential Document UX/UI Designer $75.00 Front-End Developer $68.00 Back-End Developer $70.00 QA Specialist $60.00 Content Migration Support $55.00 CMS Trainer $50.00 Total Cost C. Optional/Complementary Services Service Frequency Cost Involved ADA Compliance Audit (3rd Party) One-time $7,500.00 SEO Boost Package (Initial Setup) One-time $4,700.00 Multi-Language Support (Optional) One-time $2,800.00 Graphic/Multimedia Content Pack One-time $6,000.00 Total Complimentary Add-Ons Cost $0.00 [Complimentary] D. Multi-Year Maintenance & Support Plan Year Description Annual Cost Year 1 Hosting, Maintenance, Security Updates $22,000.00 Year 2 Hosting, Technical Support, CMS Upgrades $43,000.00 Year 3 Hosting, Technical Support, SEO Tune-ups $51,000.00 3-Year Total $116,000.00 E. Total Project Estimate Item Cost Implementation & Launch $254,192.00 Complementary Services $0.00 3-Year Maintenance Plan $116,000.00 Grand Total (with Add-Ons) $370,192.00 7. Complementary Services along with Corresponding Prices Logisoft Technologies offers a suite of complementary services that can support and enhance the City of La Quinta’s website beyond the core scope. Each of these services is available as add-ons and can be tailored to meet the City’s evolving digital needs. Service Description Cost Content Strategy & Governance Planning Assistance in organizing site content, page templates, and editorial workflows. $3,000 (fixed package) Page 11 of 14 Confidential Document ADA/WCAG 2.1 Audit & Remediation Full accessibility audit with remediation support and 3rd-party certification. $3,000 audit + remediation T&M SEO Optimization & Analytics Setup Keyword optimization, metadata strategy, and Google Analytics configuration. $2,500 setup + $500/month (optional) Multi-Language Content Support Implementation of multilingual functionality (e.g., Spanish translation). $1,800 one-time setup Graphic Design & Media Production Custom banners, infographics, icons, and video integration support. $2,000 media bundle Social Media Integration & Automation Integration with Facebook, Instagram, X (Twitter); automation of post sharing. $1,500 one-time setup Online Forms & Workflows Configurable forms for service request, permits, or feedback. Starting at $500/form Cybersecurity Consulting Vulnerability scanning, CMS hardening, firewall setup, and best practices. $1,500 security package Cloud Hosting Advisory (AWS, Azure) Support in setting up or migrating to a secure, scalable cloud environment. $1,200 one-time consulting Custom Reporting Dashboard Admin dashboard for content, analytics, and user activity tracking. $2,000 one-time * Cost of these services will not to be included in the project execution cost since they are complementary. 8. Staffing and Project Organization Logisoft Technologies is committed to delivering a seamless website redesign experience through a structured, collaborative, and transparent project team. Our team is composed of cross-functional specialists with experience in public-sector digital platforms, accessibility compliance, content management systems, and long-term support. A. Key Project Roles and Responsibilities Name Title Role in the Project Pavan Kumar, Gopa Project Manager Primary point of contact; oversees timeline, deliverables, status reporting, and coordination with City staff. Page 12 of 14 Confidential Document Prudhvi, Nadimpalli UX/UI Designer Leads the design of mobile-responsive, accessible, and brand-aligned layouts. Revanth, Kammula Lead Web Developer Responsible for CMS setup, functionality integration (e.g., Laserfiche), and performance. Vinay Goud, Nimmala QA & Accessibility Analyst Conducts ADA/WCAG 2.1 compliance reviews, usability testing, and quality assurance. Doug, Wilson Content Migration Specialist Assists in structured content transfer from current site, ensuring functionality preservation. Sumit, Lodwal Training & Support Lead Provides live and recorded training sessions, documentation, and admin onboarding. B. Team Structure The project team will operate under the guidance of the Project Manager, who will liaise directly with the City's designated contact. Internal communication will be agile and frequent, supported by: • Weekly status calls during active development • Shared documentation and design previews • A secure project dashboard for shared visibility This structure ensures accountability, responsiveness, and flexibility to adjust based on City feedback or evolving needs. C. Organizational Chart The organizational chart below illustrates the structure and reporting relationships within the Logisoft Technologies project team. It reflects a streamlined and collaborative approach designed to ensure clear communication, accountability, and alignment with the City’s goals. Each team member is assigned based on their specialized expertise and is supported by a centralized Project Manager who serves as the primary liaison with the city. This structure ensures rapid decision-making, quality control at every stage, and responsiveness to feedback throughout the project lifecycle. Project communication will flow through the Project Manager, while each domain expert (UX, Development, QA, Content, and Training) will contribute to their respective project phases. This promotes consistency, cross-functional knowledge sharing, and adaptability in both agile and milestone-based environments. Page 13 of 14 Confidential Document 9. Subcontracting Services Logisoft Technologies, Inc. will deliver this project entirely with its in-house team and does not intend to subcontract any part of the work. This approach ensures direct accountability, cohesive communication, and streamlined coordination with City stakeholders throughout the entire project lifecycle. Page 14 of 14 Confidential Document 10. Statement of Organizational and Financial Stability Logisoft Technologies, Inc. is a privately held, financially stable organization with over 17 years of consistent operations in the IT services industry. We maintain a healthy financial position, with no outstanding debt or legal encumbrances that would affect our ability to deliver on contractual obligations. We are prepared to provide audited financials, tax clearance certificates, or any other documentation the City may request as part of its due diligence process. 11. Attachments A. Acknowledgment of Insurance Requirements The undersigned confirms that Logisoft Technologies, Inc., has reviewed the City’s insurance and indemnification requirements, as detailed in Exhibits E and F of the Agreement for Contract Services. We acknowledge our ability to comply with all required coverage including General Liability, Auto, Workers’ Compensation, and Cyber Liability and confirm we will provide valid certificates and endorsements upon contract award. B. Non-Collusion Affidavit We certify that this proposal is genuine, submitted in good faith, and not made in collusion with any other individual or entity. Logisoft Technologies has not entered into any agreements, arrangements, or understandings to fix prices, restrict competition, or otherwise influence the procurement process. C. Acknowledgment of Addenda We acknowledge the receipt of all RFP addenda issued by the City, if any. D. Key Personnel Resumes To give the perspective of our commitment to the requirement of the City, we are attaching the key personnel resumes. These are the people responsible for performance if any agreement results from this RFP. Srinivas Menta Founder & CEO, Logisoft Technologies Inc. Professional Summary Visionary IT leader and middleware expert with over two decades of experience in technology consulting, infrastructure engineering, and business leadership. Adept at building and nurturing strong client relationships, he consistently aligns innovative technology solutions with business objectives to drive tangible value. As the founder of Logisoft Technologies Inc., he has successfully delivered cutting-edge IT products, services, solutions, and staffing—earning recognition for exceptional client engagement and satisfaction. Professional Experience Logisoft Technologies Inc. | Since February 2008 • Established and grew a premier IT solutions and staffing company, delivering tailored IT solutions to Fortune 500 companies and public-sector organizations. • Directed strategic initiatives and oversaw the development of high-performance teams to deliver infrastructure solutions, middleware integration, and automation services. • Actively engaged with clients to understand their unique business challenges, ensuring that technology strategies and solutions were perfectly aligned with their objectives. • Cultivated long-term client relationships through proactive communication, personalized service, and strategic account management, leading to increased repeat business and client satisfaction. • Led the design and implementation of IBM WebSphere and Business Process Management (BPM) solutions for highly regulated industries, with a strong focus on customer success. • Partnered with clients to streamline business processes, optimize system performance, and reduce operational costs while consistently delivering exceptional value and support. • Played a key role in advancing DevOps practices and cloud migration strategies across client organizations, further solidifying trust and driving continuous innovation. Key Achievements: • Successfully migrated legacy middleware infrastructures to hybrid cloud environments, reducing operational costs by 25%. • Spearheaded a DevOps transformation for multiple clients, cutting deployment times by 40% and increasing accuracy by 30%. • Implemented automation frameworks for middleware solutions, driving consistency and scalability. Middleware Engineer (February 1998 – February 2008) • Provided expert consulting to top-tier clients, specializing in middleware architecture, automation, and application integration. • Designed and managed large-scale IBM WebSphere and middleware infrastructures to support business-critical operations. • Collaborated with cross -functional teams to implement DevOps practices, enhancing efficiency and reducing time to market. Key Achievements: • Automated the provisioning of middleware environments, achieving significant time and cost savings. • Developed in-place migration strategies for critical middleware systems, minimizing downtime and risks during upgrades. • Architected BPM solutions to enhance operational efficiency and improve customer experiences. Key Projects Handled as Middleware Consultant NYC Department of Finance (DOF), Brooklyn, NY | July 2006 – December 2007 AT&T – Yorktown Heights, New York Middleware Architect | Mar 2005 – Jun 2006 Bank of America, Jacksonville, FL Application Engineer | March 2004 – Feb 2005 Rodeo 1.0 – Bell South Inc Middleware Architect | Sep 2002 – Feb 2004 Pfizer Inc, New York WebSphere Administrator | May 2001 – Nov 2002 The Muni Center, Wall Street, New York, NY | Aug 2000 – Dec 2000 Education Master of Computer Applications (MCA) Andhra University, India Core Competencies • Middleware Engineering (IBM WebSphere, BPM, DataPower) • DevOps Automation and Infrastructure as a Service (IaaS) • Cloud Migration and Hybrid Infrastructure Design • Enterprise Architecture and Business Process Optimization • Security and Compliance for Middleware Environments Technical Skills • Middleware Products: IBM WebSphere, BPM, IBM MQ, DataPower, WebLogic • DevOps Tools: Jenkins, Ansible, Puppet • Cloud Platforms: AWS, Azure • Programming and Scripting: Python, Shell Scripting, Jython • Databases: Oracle, DB2, MongoDB Pavan Kumar Gopa Director Technology, Logisoft Technologies Inc. Professional Summary Accomplished Technical Architect with extensive experience in engineering innovative, scalable IT solutions and managing full product development lifecycles. Adept at aligning technical strategies with evolving business needs, Pavan Kumar Gopa excels in architecting robust infrastructures, leading cross-functional teams, and delivering new features that drive operational efficiency. Known for his strategic vision and hands-on expertise in design, development, and execution, he consistently transforms complex challenges into streamlined, high-impact solutions while fostering collaborative client engagement. Professional Experience Technical Architect Logisoft Technologies Inc. | Sep 2022 – Present • Engineered architecture and infrastructure • Ensures the conceptual completeness of the technical solution. • Oversaw development and maintenance of organization computer systems and intranet. • Interacting with the design team to convert the scope to wire frame and designs. • Collaborated with cross-functional development team members to analyze potential system solutions based on evolving client requirements. • Created proofs of concept for innovative new solutions. • Participated in domain technical and business discussions related to future architecture direction. • Responsible for Design, Development and Execution of New Features and Products. • Providing specifications according to which the solution is defined, managed, and delivered. Technical Architect Samola Systems Pvt Ltd., Hyderabad, TS | May 2019 – Aug 2022 • Engineered architecture and infrastructure • Ensures the conceptual completeness of the technical solution. • Oversaw development and maintenance of organization computer systems and intranet. • Interacting with the design team to convert the scope to wire frame and designs. • Collaborated with cross-functional development team members to analyze potential system solutions based on evolving client requirements. • Created proofs of concept for innovative new solutions. • Participated in domain technical and business discussions related to future architecture direction. • Responsible for Design, Development and Execution of New Features and Products. • Providing specifications according to which the solution is defined, managed, and delivered. Previous Projects & Roles held Product Development Manager | July 2016 – May 2019 – Directed full development lifecycle, including concept design, feature definitions and production support. Product Development Manager for Mobile App Development | Aug 2010 – June 2016 Maintained expansive knowledge on widely accepted design principles for developing applications. Skills Frontend & Mobile Technologies - Angular 4+, HTML 5, CSS, and SASS, React Native, iOS Native Programming Languages & Frameworks - JavaScript & TypeScript, NodeJS & ExpressJS, WPF .NET Framework, REST Cloud & DevOps / Operating Systems - AWS (S3, Serverless, EC2), Linux (Ubuntu/CentOS) Project Management & Version Control - JIRA, GIT & GIT Lab Karla Aleman HR & Hiring Manager, Logisoft Technologies Inc. Professional Summary Dynamic HR leader and hiring manager with over 9 years of experience in delivering strategic talent solutions for client projects. Proven expertise in partnering with business leaders to identify staffing needs, streamline recruitment processes, and enhance employee onboarding. Adept at developing robust talent pipelines, executing targeted hiring campaigns, and managing full-cycle HR operations to drive organizational success. Professional Experience HR Manager – Client Projects Logisoft Technologies Inc. | 2016 – Present • Spearhead HR initiatives and recruitment strategies tailored for client projects, ensuring the delivery of top talent to meet diverse project requirements. • Collaborate closely with client stakeholders and hiring managers to forecast talent needs, design effective recruitment campaigns, and implement best practices for candidate screening and selection. • Oversee the complete hiring lifecycle—from job posting, interviews, and offer negotiations to onboarding—ensuring a smooth and engaging candidate experience. • Develop and execute strategic HR processes, including performance management, employee engagement, and retention initiatives aligned with client objectives. • Maintain accurate and compliant HR records while managing payroll, benefits administration, and other employee relations functions to support project teams. • Drive continuous improvement in HR operations through data-driven insights, ensuring timely and efficient staffing solutions for high-impact client projects. HR Executive Assistant O2M Design | 2014 – 2015 • Coordinated office operations and supported HR functions, including orientation, training, and resource allocation to maximize organizational efficiency. • Implemented and maintained filing systems and procedures for record-keeping, ensuring data integrity and confidentiality. • Assisted with recruitment, scheduling interviews, and managing employee inquiries to foster a positive work environment. HR Executive Assistant Journey to Wellness | 2011 – 2014 • Supported comprehensive HR functions including recruitment, onboarding, training, and employee engagement initiatives. • Assisted in developing and executing HR policies and procedures, ensuring adherence to regulatory standards. • Provided critical administrative support, including managing confidential employee records and coordinating performance reviews. Education • Bachelor of Marketing, University of Technology (UTH), 2005 – 2011 • Qualification in Pre Basic Education, Pedagogical University, 2007 • High School Diploma, International School, 2000 – 2005 Core Competencies • Strategic Talent Acquisition & Recruitment • Client Project HR Management • Full-Cycle Hiring & Onboarding • Employee Engagement & Retention • HR Operations & Compliance • Data-Driven HR Process Improvement • Excellent Communication & Stakeholder Management Training & Certifications • Certification on Management – University of Technological Honduras, April 2008 • Certification on Effective Negotiation – Digicel Honduras, 2010 • UX Research and User Experience Certification, 2015 • Financial Accounting Certification, 2011 • QuickBooks Training Certification, 2015 AGREEMENT FOR CONTRACT SERVICES THIS AGREEMENT FOR CONTRACT SERVICES (the “Agreement”) is made and entered into by and between the CITY OF LA QUINTA, (“City”), a California municipal corporation, and [insert type of business entity, e.g. sole proprietorship, California Limited Liability Corporation, etc], with a place of business at Logisoft Technologies Inc. (“Contracting Party”). The parties hereto agree as follows: 1.SERVICES OF CONTRACTING PARTY. ATTACHMENT 1 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contracting Party shall provide those services related to Website design & Maintenance, as specified in the “Scope of Services” attached hereto as “Exhibit A” and incorporated herein by this reference (the “Services”). Contracting Party represents and warrants that Contracting Party is a provider of first-class work and/or services and Contracting Party is experienced in performing the Services contemplated herein and, in light of such status and experience, Contracting Party covenants that it shall follow industry standards in performing the Services required hereunder, and that all materials, if any, will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase “industry standards” shall mean those standards of practice recognized by one or more first-class firms performing similar services under similar circumstances. 1.2 Compliance with Law. All Services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, regulations, and laws of the City and any Federal, State, or local governmental agency of competent jurisdiction. 1.3 Wage and Hour Compliance, Contracting Party shall comply with applicable Federal, State, and local wage and hour laws. 1.4 Licenses, Permits, Fees and Assessments. Except as otherwise specified herein, Contracting Party shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement, including a City of La Quinta business license. Contracting Party and its employees, agents, and subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required for the performance of the Services required by this Agreement. Contracting Party shall have the sole obligation to pay for any fees, assessments, and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the performance of the Services required by this Agreement, and shall indemnify, defend (with counsel selected by City), and hold City, its elected officials, officers, employees, and agents, free and harmless against any such fees, assessments, taxes, penalties, or interest levied, assessed, or imposed against City hereunder. Contracting Party shall be responsible for all subcontractors’ compliance with this Section. Page 8 of 11 1.5 Familiarity with Work. By executing this Agreement, Contracting Party warrants that (a) it has thoroughly investigated and considered the Services to be performed, (b) it has investigated the site where the Services are to be performed, if any, and fully acquainted itself with the conditions there existing, (c) it has carefully considered how the Services should be performed, and (d) it fully understands the facilities, difficulties, and restrictions attending performance of the Services under this Agreement. Should Contracting Party discover any latent or unknown conditions materially differing from those inherent in the Services or as represented by City, Contracting Party shall immediately inform City of such fact and shall not proceed except at Contracting Party’s risk until written instructions are received from the Contract Officer, or assigned designee (as defined in Section 4.2 hereof). 1.6 Standard of Care. Contracting Party acknowledges and understands that the Services contracted for under this Agreement require specialized skills and abilities and that, consistent with this understanding, Contracting Party’s work will be held to an industry standard of quality and workmanship. Consistent with Section 1.5 hereinabove, Contracting Party represents to City that it holds the necessary skills and abilities to satisfy the industry standard of quality as set forth in this Agreement. Contracting Party shall adopt reasonable methods during the life of this Agreement to furnish continuous protection to the Services performed by Contracting Party, and the equipment, materials, papers, and other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the Services by City, except such losses or damages as may be caused by City’s own negligence. The performance of Services by Contracting Party shall not relieve Contracting Party from any obligation to correct any incomplete, inaccurate, or defective work at no further cost to City, when such inaccuracies are due to the negligence of Contracting Party. 1.7 Additional Services. In accordance with the terms and conditions of this Agreement, Contracting Party shall perform services in addition to those specified in the Scope of Services (“Additional Services”) only when directed to do so by the Contract Officer, or assigned designee, provided that Contracting Party shall not be required to perform any Additional Services without compensation. Contracting Party shall not perform any Additional Services until receiving prior written authorization (in the form of a written change order if Contracting Party is a contractor performing the Services) from the Contract Officer, or assigned designee, incorporating therein any adjustment in (i)the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of Contracting Party. It is expressly understood by Contracting Party that the provisions of this Section shall not apply to the Services specifically set forth in the Scope of Services or reasonably contemplated therein. It is specifically understood and agreed that oral requests and/or approvals of Additional Services shall be barred and are unenforceable. Failure of Contracting Party to secure the Contract Officer’s, or assigned designee’s written authorization for Additional Services shall constitute a waiver of any and all right to adjustment of the Contract Sum or time to perform this Agreement, whether by way of compensation, restitution, quantum meruit, or the like, for Additional Services provided without the appropriate authorization from the Contract Officer, or assigned designee. Compensation for properly authorized Additional Services shall be made in accordance with Section 2.3 of this Agreement. 1.8 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in “Exhibit D” (the “Special Requirements”), which is incorporated herein by this reference and expressly made a part hereof. In the event of a conflict between the provisions of the Special Requirements and any other provisions of this Agreement, the provisions of the Special Requirements shall govern. 2.COMPENSATION. 2.1 Contract Sum. For the Services rendered pursuant to this Agreement, Contracting Party shall be compensated in accordance with “Exhibit B” (the “Schedule of Compensation”) in a total amount not to exceed Three hundred seventy thousand hundred and ninety two Dollars ($370,192.00), for the life of the Agreement, encompassing the Initial and any Extended Terms (the “Contract Sum”), except as provided in Section 1.7. The method of compensation set forth in the Schedule of Compensation may include a lump sum payment upon completion, payment in accordance with the percentage of completion of the Services, payment for time and materials based upon Contracting Party’s rate schedule, but not exceeding the Contract Sum, or such other reasonable methods as may be specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contracting Party at all project meetings reasonably deemed necessary by City; Contracting Party shall not be entitled to any additional compensation for attending said meetings. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, transportation expense, telephone expense, and similar costs and expenses when and if specified in the Schedule of Compensation. Regardless of the method of compensation set forth in the Schedule of Compensation, Contracting Party’s overall compensation shall not exceed the Contract Sum, except as provided in Section 1.7 of this Agreement. 2.2 Method of Billing & Payment. Any month in which Contracting Party wishes to receive payment, Contracting Party shall submit to City no later than the tenth (10th) working day of such month, in the form approved by City’s Finance Director, an invoice for Services rendered prior to the date of the invoice. Such invoice shall (1) describe in detail the Services provided, including time and materials, and (2) specify each staff member who has provided Services and the number of hours assigned to each such staff member. Such invoice shall contain a certification by a principal member of Contracting Party specifying that the payment requested is for Services performed in accordance with the terms of this Agreement. Upon approval in writing by the Contract Officer, or assigned designee, and subject to retention pursuant to Section 8.3, City will pay Contracting Party for all items stated thereon which are approved by City pursuant to this Agreement no later than thirty (30) days after invoices are received by the City’s Finance Department. 2.3 Compensation for Additional Services. Additional Services approved in advance by the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement shall be paid for in an amount agreed to in writing by both City and Contracting Party in advance of the Additional Services being rendered by Contracting Party. Any compensation for Additional Services amounting to five percent (5%) or less of the Contract Sum may be approved by the Contract Officer, or assigned designee. Any greater amount of compensation for Additional Services must be approved by the La Quinta City Council, the City Manager, or Department Director, depending upon City laws, regulations, rules and procedures concerning public contracting. Under no circumstances shall Contracting Party receive compensation for any Additional Services unless prior written approval for the Additional Services is obtained from the Contract Officer, or assigned designee, pursuant to Section 1.7 of this Agreement. 3.PERFORMANCE SCHEDULE. 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. If the Services not completed in accordance with the Schedule of Performance, as set forth in Section 3.2 and “Exhibit C”, it is understood that the City will suffer damage. 3.2 Schedule of Performance. All Services rendered pursuant to this Agreement shall be performed diligently and within the time period established in “Exhibit C” (the “Schedule of Performance”). Extensions to the time period specified in the Schedule of Performance may be approved in writing by the Contract Officer, or assigned designee. 3.3 Force Majeure. The time period specified in the Schedule of Performance for performance of the Services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contracting Party, including, but not restricted to, acts of God or of the public enemy, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes, freight embargoes, acts of any governmental agency other than City, and unusually severe weather, if Contracting Party shall within ten (10) days of the commencement of such delay notify the Contract Officer, or assigned designee, in writing of the causes of the delay. The Contract Officer, or assigned designee, shall ascertain the facts and the extent of delay, and extend the time for performing the Services for the period of the forced delay when and if in the Contract Officer’s judgment such delay is justified, and the Contract Officer’s determination, or assigned designee, shall be final and conclusive upon the parties to this Agreement. Extensions to time period in the Schedule of Performance which are determined by the Contract Officer, or assigned designee, to be justified pursuant to this Section shall not entitle the Contracting Party to additional compensation in excess of the Contract Sum. 3.4 Term. Unless earlier terminated in accordance with the provisions in Article 8.0 of this Agreement, the term of this agreement shall commence on June 24, 2025, and terminate on June 23, 2026 (“Initial Term”). This Agreement may be extended for Two additional year(s) upon mutual agreement by both parties (“Extended Term”), and executed in writing. 4.COORDINATION OF WORK. 4.1 Representative of Contracting Party. The following principals of Contracting Party (“Principals”) are hereby designated as being the principals and representatives of Contracting Party authorized to act in its behalf with respect to the Services specified herein and make all decisions in connection therewith: (a)Name: Telephone No.: Email: (b)Name Telephone No.: Email: It is expressly understood that the experience, knowledge, capability, and reputation of the foregoing Principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing Principals shall be responsible during the term of this Agreement for directing all activities of Contracting Party and devoting sufficient time to personally supervise the Services hereunder. For purposes of this Agreement, the foregoing Principals may not be changed by Contracting Party and no other personnel may be assigned to perform the Services required hereunder without the express written approval of City. 4.2 Contract Officer. The “Contract Officer”, otherwise known as [ENTER NAME OF DEPARTMENT MANAGER OR DIRECTOR] or assigned designee may be designated in writing by the City Manager of the City. It shall be Contracting Party’s responsibility to assure that the Contract Officer, or assigned designee, is kept informed of the progress of the performance of the Services, and Contracting Party shall refer any decisions, that must be made by City to the Contract Officer, or assigned designee. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer, or assigned designee. The Contract Officer, or assigned designee, shall have authority to sign all documents on behalf of City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability, and reputation of Contracting Party, its principals, and its employees were a substantial inducement for City to enter into this Agreement. Except as set forth in this Agreement, Contracting Party shall not contract or subcontract with any other entity to perform in whole or in part the Services required hereunder without the express written approval of City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated, or encumbered, voluntarily or by operation of law, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contracting Party, taking all transfers into account on a cumulative basis. Any attempted or purported assignment or contracting or subcontracting by Contracting Party without City’s express written approval shall be null, void, and of no effect. No approved Srinivas Menta (908) 230-5390 srini@logisofttechinc.com Pavan Kumar Gopa (732) 208-2393 pavan@logisofttechinc.com transfer shall release Contracting Party of any liability hereunder without the express consent of City. 4.4 Independent Contractor. Neither City nor any of its employees shall have any control over the manner, mode, or means by which Contracting Party, its agents, or its employees, perform the Services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision, or control of Contracting Party’s employees, servants, representatives, or agents, or in fixing their number or hours of service. Contracting Party shall perform all Services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contracting Party in its business or otherwise or a joint venture or a member of any joint enterprise with Contracting Party. Contracting Party shall have no power to incur any debt, obligation, or liability on behalf of City. Contracting Party shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. Except for the Contract Sum paid to Contracting Party as provided in this Agreement, City shall not pay salaries, wages, or other compensation to Contracting Party for performing the Services hereunder for City. City shall not be liable for compensation or indemnification to Contracting Party for injury or sickness arising out of performing the Services hereunder. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contracting Party and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (“PERS”) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. Contracting Party agrees to pay all required taxes on amounts paid to Contracting Party under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contracting Party shall fully comply with the workers’ compensation laws regarding Contracting Party and Contracting Party’s employees. Contracting Party further agrees to indemnify and hold City harmless from any failure of Contracting Party to comply with applicable workers’ compensation laws. City shall have the right to offset against the amount of any payment due to Contracting Party under this Agreement any amount due to City from Contracting Party as a result of Contracting Party’s failure to promptly pay to City any reimbursement or indemnification arising under this Section. 4.5 Identity of Persons Performing Work. Contracting Party represents that it employs or will employ at its own expense all personnel required for the satisfactory performance of any and all of the Services set forth herein. Contracting Party represents that the Services required herein will be performed by Contracting Party or under its direct supervision, and that all personnel engaged in such work shall be fully qualified and shall be authorized and permitted under applicable State and local law to perform such tasks and services. 4.6 City Cooperation. City shall provide Contracting Party with any plans, publications, reports, statistics, records, or other data or information pertinent to the Services to be performed hereunder which are reasonably available to Contracting Party only from or through action by City. 5.INSURANCE. 5.1 Insurance. Prior to the beginning of any Services under this Agreement and throughout the duration of the term of this Agreement, Contracting Party shall procure and maintain, at its sole cost and expense, and submit concurrently with its execution of this Agreement, policies of insurance as set forth in “Exhibit E” (the “Insurance Requirements”) which is incorporated herein by this reference and expressly made a part hereof. 5.2 Proof of Insurance. Contracting Party shall provide Certificate of Insurance to Agency along with all required endorsements. Certificate of Insurance and endorsements must be approved by Agency’s Risk Manager prior to commencement of performance. 6.INDEMNIFICATION. 6.1 Indemnification. To the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officers, employees, agents, and volunteers as set forth in “Exhibit F” (“Indemnification”) which is incorporated herein by this reference and expressly made a part hereof. 7.RECORDS AND REPORTS. 7.1 Reports. Contracting Party shall periodically prepare and submit to the Contract Officer, or assigned designee, such reports concerning Contracting Party’s performance of the Services required by this Agreement as the Contract Officer, or assigned designee, shall require. Contracting Party hereby acknowledges that City is greatly concerned about the cost of the Services to be performed pursuant to this Agreement. For this reason, Contracting Party agrees that if Contracting Party becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the Services contemplated herein or, if Contracting Party is providing design services, the cost of the project being designed, Contracting Party shall promptly notify the Contract Officer, or assigned designee, of said fact, circumstance, technique, or event and the estimated increased or decreased cost related thereto and, if Contracting Party is providing design services, the estimated increased or decreased cost estimate for the project being designed. 7.2 Records. Contracting Party shall keep, and require any subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports (including but not limited to payroll reports), studies, or other documents relating to the disbursements charged to City and the Services performed hereunder (the “Books and Records”), as shall be necessary to perform the Services required by this Agreement and enable the Contract Officer, or assigned designee, to evaluate the performance of such Services. Any and all such Books and Records shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer, or assigned designee, shall have full and free access to such Books and Records at all times during normal business hours of City, including the right to inspect, copy, audit, and make records and transcripts from such Books and Records. Such Books and Records shall be maintained for a period of three (3) years following completion of the Services hereunder, and City shall have access to such Books and Records in the event any audit is required. In the event of dissolution of Contracting Party’s business, custody of the Books and Records may be given to City, and access shall be provided by Contracting Party’s successor in interest. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds Ten Thousand Dollars ($10,000.00), this Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of City, for a period of three (3) years after final payment under this Agreement. 7.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents, and other materials plans, drawings, estimates, test data, survey results, models, renderings, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings, digital renderings, or data stored digitally, magnetically, or in any other medium prepared or caused to be prepared by Contracting Party, its employees, subcontractors, and agents in the performance of this Agreement (the “Documents and Materials”) shall be the property of City and shall be delivered to City upon request of the Contract Officer, or assigned designee, or upon the expiration or termination of this Agreement, and Contracting Party shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the Documents and Materials hereunder. Any use, reuse or assignment of such completed Documents and Materials for other projects and/or use of uncompleted documents without specific written authorization by Contracting Party will be at City’s sole risk and without liability to Contracting Party, and Contracting Party’s guarantee and warranties shall not extend to such use, revise, or assignment. Contracting Party may retain copies of such Documents and Materials for its own use. Contracting Party shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any Documents and Materials prepared by them, and in the event Contracting Party fails to secure such assignment, Contracting Party shall indemnify City for all damages resulting therefrom. 7.4 In the event City or any person, firm, or corporation authorized by City reuses said Documents and Materials without written verification or adaptation by Contracting Party for the specific purpose intended and causes to be made or makes any changes or alterations in said Documents and Materials, City hereby releases, discharges, and exonerates Contracting Party from liability resulting from said change. The provisions of this clause shall survive the termination or expiration of this Agreement and shall thereafter remain in full force and effect. 7.5 Licensing of Intellectual Property. This Agreement creates a non-exclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, rights of reproduction, and other intellectual property embodied in the Documents and Materials. Contracting Party shall require all subcontractors, if any, to agree in writing that City is granted a non-exclusive and perpetual license for the Documents and Materials the subcontractor prepares under this Agreement. Contracting Party represents and warrants that Contracting Party has the legal right to license any and all of the Documents and Materials. Contracting Party makes no such representation and warranty in regard to the Documents and Materials which were prepared by design professionals other than Contracting Party or provided to Contracting Party by City. City shall not be limited in any way in its use of the Documents and Materials at any time, provided that any such use not within the purposes intended by this Agreement shall be at City’s sole risk. 7.6 Release of Documents. The Documents and Materials shall not be released publicly without the prior written approval of the Contract Officer, or assigned designee, or as required by law. Contracting Party shall not disclose to any other entity or person any information regarding the activities of City, except as required by law or as authorized by City. 7.7 Confidential or Personal Identifying Information. Contracting Party covenants that all City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussion notes, or other information, if any, developed or received by Contracting Party or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Contracting Party to any person or entity without prior written authorization by City or unless required by law. City shall grant authorization for disclosure if required by any lawful administrative or legal proceeding, court order, or similar directive with the force of law. All City data, data lists, trade secrets, documents with personal identifying information, documents that are not public records, draft documents, discussions, or other information shall be returned to City upon the termination or expiration of this Agreement. Contracting Party’s covenant under this section shall survive the termination or expiration of this Agreement. 8.ENFORCEMENT OF AGREEMENT. 8.1 California Law. This Agreement shall be interpreted, construed, and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim, or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contracting Party covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 8.2 Disputes. In the event of any dispute arising under this Agreement, the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefore. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the Contract Officer, or assigned designee; provided that if the default is an immediate danger to the health, safety, or general welfare, City may take such immediate action as City deems warranted. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party’s right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City’s right to terminate this Agreement without cause pursuant to this Article 8.0. During the period of time that Contracting Party is in default, City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, City may, in its sole discretion, elect to pay some or all of the outstanding invoices during any period of default. 8.3 Retention of Funds. City may withhold from any monies payable to Contracting Party sufficient funds to compensate City for any losses, costs, liabilities, or damages it reasonably believes were suffered by City due to the default of Contracting Party in the performance of the Services required by this Agreement. 8.4 Waiver. No delay or omission in the exercise of any right or remedy of a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. City’s consent or approval of any act by Contracting Party requiring City’s consent or approval shall not be deemed to waive or render unnecessary City’s consent to or approval of any subsequent act of Contracting Party. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 8.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 8.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, at law or at equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 8.7 Termination Prior To Expiration of Term. This Section shall govern any termination of this Agreement, except as specifically provided in the following Section for termination for cause. City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days’ written notice to Contracting Party. Upon receipt of any notice of termination, Contracting Party shall immediately cease all Services hereunder except such as may be specifically approved by the Contract Officer, or assigned designee. Contracting Party shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer, or assigned designee, thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, or assigned designee, except amounts held as a retention pursuant to this Agreement. 8.8 Termination for Default of Contracting Party. If termination is due to the failure of Contracting Party to fulfill its obligations under this Agreement, Contracting Party shall vacate any City-owned property which Contracting Party is permitted to occupy hereunder and City may, after compliance with the provisions of Section 8.2, take over the Services and prosecute the same to completion by contract or otherwise, and Contracting Party shall be liable to the extent that the total cost for completion of the Services required hereunder exceeds the compensation herein stipulated (provided that City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to Contracting Party for the purpose of setoff or partial payment of the amounts owed City. 8.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorneys’ fees; provided, however, that the attorneys’ fees awarded pursuant to this Section shall not exceed the hourly rate paid by City for legal services multiplied by the reasonable number of hours spent by the prevailing party in the conduct of the litigation. Attorneys’ fees shall include attorneys’ fees on any appeal, and in addition a party entitled to attorneys’ fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery, and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. The court may set such fees in the same action or in a separate action brought for that purpose. 9.CITY OFFICERS AND EMPLOYEES; NONDISCRIMINATION. 9.1 Non-liability of City Officers and Employees. No officer, official, employee, agent, representative, or volunteer of City shall be personally liable to Contracting Party, or any successor in interest, in the event or any default or breach by City or for any amount which may become due to Contracting Party or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Contracting Party covenants that neither it, nor any officer or principal of it, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contracting Party’s performance of the Services under this Agreement. Contracting Party further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent, or subcontractor without the express written consent of the Contract Officer, or assigned designee. Contracting Party agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to this Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. Contracting Party warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 9.3 Covenant against Discrimination. Contracting Party covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of any impermissible classification including, but not limited to, race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry in the performance of this Agreement. Contracting Party shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, sexual orientation, national origin, or ancestry. 10.MISCELLANEOUS PROVISIONS. 10.1 Notice. Any notice, demand, request, consent, approval, or communication either party desires or is required to give the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail to the address set forth below. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated forty-eight (48) hours from the time of mailing if mailed as provided in this Section. To City: CITY OF LA QUINTA Attention: 78495 Calle Tampico La Quinta, California 92253 To Contracting Party: 10.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 10.3 Section Headings and Subheadings. The section headings and subheadings contained in this Agreement are included for convenience only and shall not limit or otherwise affect the terms of this Agreement. 10.4 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. LOGISOFT TECHNOLOGIES INC. 50 Cragwood Rd Suite: #315, South Plainfield, NJ 07080 10.5 Integrated Agreement. This Agreement including the exhibits hereto is the entire, complete, and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements, and understandings, if any, between the parties, and none shall be used to interpret this Agreement. 10.6 Amendment. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by Contracting Party and by the City Council of City. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 10.7 Severability. In the event that any one or more of the articles, phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable, such invalidity or unenforceability shall not affect any of the remaining articles, phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 10.8 Unfair Business Practices Claims. In entering into this Agreement, Contracting Party offers and agrees to assign to City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials related to this Agreement. This assignment shall be made and become effective at the time City renders final payment to Contracting Party without further acknowledgment of the parties. 10.9 No Third-Party Beneficiaries. With the exception of the specific provisions set forth in this Agreement, there are no intended third-party beneficiaries under this Agreement and no such other third parties shall have any rights or obligations hereunder. 10.10 Authority. The persons executing this Agreement on behalf of each of the parties hereto represent and warrant that (i) such party is duly organized and existing, (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii)by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors, and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. CITY OF LA QUINTA, a California Municipal Corporation JON McMILLEN, City Manager City of La Quinta, California Dated: CONTRACTING PARTY: By: Name: Srinivas Menta Title: President & CEO ATTEST: MONIKA RADEVA, City Clerk City of La Quinta, California By: Name: Title: APPROVED AS TO FORM: WILLIAM H. IHRKE, City Attorney City of La Quinta, California Exhibit A Page 1 of 4 Exhibit A Scope of Services 1.Services to be Provided: [TO BE PROVIDED BY STAFF] Exhibit A Page 2 of 4 ADDENDUM TO AGREEMENT Re: Scope of Services If the Scope of Services include construction, alteration, demolition, installation, repair, or maintenance affecting real property or structures or improvements of any kind appurtenant to real property, the following apply: 1. Prevailing Wage Compliance. If Contracting Party is a contractor performing public works and maintenance projects, as described in this Section 1.3, Contracting Party shall comply with applicable Federal, State, and local laws. Contracting Party is aware of the requirements of California Labor Code Sections 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Sections 16000, et seq., (collectively, the “Prevailing Wage Laws”), and La Quinta Municipal Code Section 3.12.040, which require the payment of prevailing wage rates and the performance of other requirements on “Public works” and “Maintenance” projects. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, and if construction work over twenty- five thousand dollars ($25,000.00) and/or alterations, demolition, repair or maintenance work over fifteen thousand dollars ($15,000.00) is entered into or extended on or after January 1, 2015 by this Agreement, Contracting Party agrees to fully comply with such Prevailing Wage Laws including, but not limited to, requirements related to the maintenance of payroll records and the employment of apprentices. Pursuant to California Labor Code Section 1725.5, no contractor or subcontractor may be awarded a contract for public work on a “Public works” project unless registered with the California Department of Industrial Relations (“DIR”) at the time the contract is awarded. If the Services are being performed as part of an applicable “Public works” or “Maintenance” project, as defined by the Prevailing Wage Laws, this project is subject to compliance monitoring and enforcement by the DIR. Contracting Party will maintain and will require all subcontractors to maintain valid and current DIR Public Works contractor registration during the term of this Agreement. Contracting Party shall notify City in writing immediately, and in no case more than twenty-four (24) hours, after receiving any information that Contracting Party’s or any of its subcontractor’s DIR registration status has been suspended, revoked, expired, or otherwise changed. It is understood that it is the responsibility of Contracting Party to determine the correct salary scale. Contracting Party shall make copies of the prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at Contracting Party’s principal place of business and at the project site, if any. The statutory penalties for failure to pay prevailing wage or to comply with State wage and hour laws will be enforced. Contracting Party must forfeit to City TWENTY-FIVE DOLLARS ($25.00) per day for each worker who works in excess of the minimum working hours when Contracting Party does not pay overtime. In accordance with the provisions of Labor Code Sections 1810 et seq., eight (8) hours is the legal working day. Contracting Party also shall comply with State law requirements to maintain payroll records and shall provide for certified records and inspection of records as required by California Labor Code Section 1770 et seq., including Section 1776. In addition to the other indemnities provided under this Agreement, Contracting Party shall defend (with counsel selected by City), indemnify, and hold City, Exhibit A Page 3 of 4 its elected officials, officers, employees, and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. It is agreed by the parties that, in connection with performance of the Services, including, without limitation, any and all “Public works” (as defined by the Prevailing Wage Laws), Contracting Party shall bear all risks of payment or non-payment of prevailing wages under California law and/or the implementation of Labor Code Section 1781, as the same may be amended from time to time, and/or any other similar law. Contracting Party acknowledges and agrees that it shall be independently responsible for reviewing the applicable laws and regulations and effectuating compliance with such laws. Contracting Party shall require the same of all subcontractors. 2. Retention. Payments shall be made in accordance with the provisions of Article 2.0 of the Agreement. In accordance with said Sections, City shall pay Contracting Party a sum based upon ninety-five percent (95%) of the Contract Sum apportionment of the labor and materials incorporated into the Services under this Agreement during the month covered by said invoice. The remaining five percent (5%) thereof shall be retained as performance security to be paid to Contracting Party within sixty (60) days after final acceptance of the Services by the City Council of City, after Contracting Party has furnished City with a full release of all undisputed payments under this Agreement, if required by City. In the event there are any claims specifically excluded by Contracting Party from the operation of the release, City may retain proceeds (per Public Contract Code § 7107) of up to one hundred fifty percent (150%) of the amount in dispute. City’s failure to deduct or withhold shall not affect Contracting Party’s obligations under the Agreement. 3. Utility Relocation. City is responsible for removal, relocation, or protection of existing main or trunk-line utilities to the extent such utilities were not identified in the invitation for bids or specifications. City shall reimburse Contracting Party for any costs incurred in locating, repairing damage not caused by Contracting Party, and removing or relocating such unidentified utility facilities. Contracting Party shall not be assessed liquidated damages for delay arising from the removal or relocation of such unidentified utility facilities. 4. Trenches or Excavations. Pursuant to California Public Contract Code Section 7104, in the event the work included in this Agreement requires excavations more than four (4) feet in depth, the following shall apply: (a) Contracting Party shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: (1) material that Contracting Party believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law; (2) subsurface or latent physical conditions at the site different from those indicated by information about the site made available to bidders prior to the deadline for submitting bids; or (3) unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Agreement. Exhibit A Page 4 of 4 (b) City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in Contracting Party’s cost of, or the time required for, performance of any part of the work shall issue a change order per Section 1.8 of the Agreement. (c) in the event that a dispute arises between City and Contracting Party whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contracting Party’s cost of, or time required for, performance of any part of the work, Contracting Party shall not be excused from any scheduled completion date provided for by this Agreement, but shall proceed with all work to be performed under this Agreement. Contracting Party shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting Parties. 5. Safety. Contracting Party shall execute and maintain its work so as to avoid injury or damage to any person or property. In carrying out the Services, Contracting Party shall at all times be in compliance with all applicable local, state, and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the work and the conditions under which the work is to be performed. Safety precautions as applicable shall include, but shall not be limited to: (A) adequate life protection and lifesaving equipment and procedures; (B) instructions in accident prevention for all employees and subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks, confined space procedures, trenching and shoring, equipment and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety measures. 6. Liquidated Damages. Since the determination of actual damages for any delay in performance of the Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, Contracting Party shall be liable for and shall pay to City the sum of One Thousand dollars ($1,000.00) as liquidated damages for each working day of delay in the performance of any of the Services required hereunder, as specified in the Schedule of Performance. In addition, liquidated damages may be assessed for failure to comply with the emergency call out requirements, if any, described in the Scope of Services. City may withhold from any moneys payable on account of the Services performed by Contracting Party any accrued liquidated damages. Exhibit B Page 1 of 1 Exhibit B Schedule of Compensation With the exception of compensation for Additional Services, provided for in Section 2.3 of this Agreement, the maximum total compensation to be paid to Contracting Party under this Agreement is not to exceed Three hundred Seventy thousand one hundred and ninety two ($ 370,192.00) (“Contract Sum”). The Contract Sum shall be paid to Contracting Party in installment payments made on a monthly basis and in an amount identified in Contracting Party’s schedule of compensation attached hereto for the work tasks performed and properly invoiced by Contracting Party in conformance with Section 2.2 of this Agreement. Exhibit C Page 1 of 1 Exhibit C Schedule of Performance Contracting Party shall complete all services identified in the Scope of Services, Exhibit A of this Agreement, in accordance with the Project Schedule, attached hereto and incorporated herein by this reference. Exhibit D Page 1 of 1 Exhibit D Special Requirements [insert Special Requirements or indicate “None” if there are none] None Exhibit E Page 1 of 6 Exhibit E Insurance Requirements E.1 Insurance. Prior to the beginning of and throughout the duration of this Agreement, the following policies shall be maintained and kept in full force and effect providing insurance with minimum limits as indicated below and issued by insurers with A.M. Best ratings of no less than A-VI: Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence) $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability Primary and Non-contributory Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Auto Liability Additional Insured Personal Auto Declaration Page if applicable Workers’ Compensation (per statutory requirements) Must include the following endorsements: Workers Compensation with Waiver of Subrogation Workers Compensation Declaration of Sole Proprietor if applicable Cyber Liability $1,000,000 (per occurrence) $2,000,000 (general aggregate) Contracting Party shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, Commercial General Liability insurance against all claims for injuries against persons or damages to property resulting from Contracting Party’s acts or omissions rising out of or related to Contracting Party’s performance under this Agreement. The insurance policy shall contain a severability of interest clause providing that the coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to any such loss. An endorsement evidencing the foregoing and naming the City and its officers and employees as additional insured (on the Commercial General Liability policy only) must be submitted concurrently with the execution of this Agreement and approved by City prior to commencement of the services hereunder. Contracting Party shall carry automobile liability insurance of $1,000,000 per accident against all claims for injuries against persons or damages to property arising out of the use of any automobile by Contracting Party, its officers, any person directly or indirectly employed by Contracting Party, any subcontractor or agent, or anyone for Exhibit E Page 2 of 6 whose acts any of them may be liable, arising directly or indirectly out of or related to Contracting Party’s performance under this Agreement. If Contracting Party or Contracting Party’s employees will use personal autos in any way on this project, Contracting Party shall provide evidence of personal auto liability coverage for each such person. The term “automobile” includes, but is not limited to, a land motor vehicle, trailer or semi-trailer designed for travel on public roads. The automobile insurance policy shall contain a severability of interest clause providing that coverage shall be primary for losses arising out of Contracting Party’s performance hereunder and neither City nor its insurers shall be required to contribute to such loss. Professional Liability or Errors and Omissions Insurance as appropriate shall be written on a policy form coverage specifically designed to protect against acts, errors or omissions of the Contracting Party and “Covered Professional Services” as designated in the policy must specifically include work performed under this agreement. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. The policy must “pay on behalf of” the insured and must include a provision establishing the insurer’s duty to defend. The policy retroactive date shall be on or before the effective date of this agreement. Contracting Party shall carry Workers’ Compensation Insurance in accordance with State Worker’s Compensation laws with employer’s liability limits no less than $1,000,000 per accident or disease. Contracting Party shall procure and maintain Cyber Liability insurance with limits of $1,000,000 per occurrence/loss which shall include the following coverage: a. Liability arising from the theft, dissemination and/or use of confidential or personally identifiable information; including credit monitoring and regulatory fines arising from such theft, dissemination or use of the confidential information. b. Network security liability arising from the unauthorized use of, access to, or tampering with computer systems. c. Liability arising from the failure of technology products (software) required under the contract for Consultant to properly perform the services intended. d. Electronic Media Liability arising from personal injury, plagiarism or misappropriation of ideas, domain name infringement or improper deep- linking or framing, and infringement or violation of intellectual property rights. e. Liability arising from the failure to render professional services. If coverage is maintained on a claims-made basis, Contracting Party shall maintain such coverage for an additional period of three (3) years following termination of the contract. Exhibit E Page 3 of 6 Contracting Party shall provide written notice to City within ten (10) working days if: (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; or (3) the deductible or self-insured retention is increased. In the event any of said policies of insurance are cancelled, Contracting Party shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Exhibit to the Contract Officer. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Contracting Party’s obligation to indemnify City, its officers, employees, contractors, subcontractors, or agents. E.2 Remedies. In addition to any other remedies City may have if Contracting Party fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option: a. Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under this Agreement. b. Order Contracting Party to stop work under this Agreement and/or withhold any payment(s) which become due to Contracting Party hereunder until Contracting Party demonstrates compliance with the requirements hereof. c. Terminate this Agreement. Exercise any of the above remedies, however, is an alternative to any other remedies City may have. The above remedies are not the exclusive remedies for Contracting Party’s failure to maintain or secure appropriate policies or endorsements. Nothing herein contained shall be construed as limiting in any way the extent to which Contracting Party may be held responsible for payments of damages to persons or property resulting from Contracting Party’s or its subcontractors’ performance of work under this Agreement. E.3 General Conditions Pertaining to Provisions of Insurance Coverage by Contracting Party. Contracting Party and City agree to the following with respect to insurance provided by Contracting Party: 1. Contracting Party agrees to have its insurer endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees, and agents, using standard ISO endorsement No. CG 2010 with an edition prior to 1992. Contracting Party also agrees to require all contractors, and subcontractors to do likewise. 2. No liability insurance coverage provided to comply with this Agreement shall prohibit Contracting Party, or Contracting Party’s employees, or agents, from waiving the right of subrogation prior to a loss. Contracting Party agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors and subcontractors to do likewise. Exhibit E Page 4 of 6 3. All insurance coverage and limits provided by Contracting Party and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement or any other agreement relating to City or its operations limits the application of such insurance coverage. 4. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 5. No liability policy shall contain any provision or definition that would serve to eliminate so-called “third party action over” claims, including any exclusion for bodily injury to an employee of the insured or of any contractor or subcontractor. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contracting Party shall not make any reductions in scope of coverage (e.g. elimination of contractual liability or reduction of discovery period) that may affect City’s protection without City’s prior written consent. 7. Proof of compliance with these insurance requirements, consisting of certificates of insurance evidencing all the coverages required and an additional insured endorsement to Contracting Party’s general liability policy, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contracting Party or deducted from sums due Contracting Party, at City option. 8. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contracting Party or any subcontractor, is intended to apply first and on a primary, non-contributing basis in relation to any other insurance or self-insurance available to City. 9. Contracting Party agrees to ensure that subcontractors, and any other party involved with the project that is brought onto or involved in the project by Contracting Party, provide the same minimum insurance coverage required of Contracting Party. Contracting Party agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contracting Party agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 10. Contracting Party agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein (with the exception of professional liability coverage, if required) and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement Exhibit E Page 5 of 6 to self-insure its obligations to City. If Contracting Party’s existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the Contracting Party, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 11. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contracting Party ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contracting Party, the City will negotiate additional compensation proportional to the increased benefit to City. 12. For purposes of applying insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards performance of this Agreement. 13. Contracting Party acknowledges and agrees that any actual or alleged failure on the part of City to inform Contracting Party of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 14. Contracting Party will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether the agreement is canceled or terminated for any reason. Termination of this obligation is not effective until City executes a written statement to that effect. 15. Contracting Party shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contracting Party’s insurance agent to this effect is acceptable. A certificate of insurance and an additional insured endorsement is required in these specifications applicable to the renewing or new coverage must be provided to City within five (5) days of the expiration of coverages. 16. The provisions of any workers’ compensation or similar act will not limit the obligations of Contracting Party under this agreement. Contracting Party expressly agrees not to use any statutory immunity defenses under such laws with respect to City, its employees, officials, and agents. 17. Requirements of specific coverage features, or limits contained in this section are not intended as limitations on coverage, limits or other requirements nor as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be limiting or all-inclusive. Exhibit E Page 6 of 6 18.These insurance requirements are intended to be separate and distinct from any other provision in this Agreement and are intended by the parties here to be interpreted as such. 19.The requirements in this Exhibit supersede all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Exhibit. 20.Contracting Party agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contracting Party for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 21.Contracting Party agrees to provide immediate notice to City of any claim or loss against Contracting Party arising out of the work performed under this agreement. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Exhibit F Indemnification F.1 Indemnity for the Benefit of City. a.Indemnification for Professional Liability. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify, protect, defend (with counsel selected by City), and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused in whole or in part by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. b.Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Contracting Party shall indemnify, defend (with counsel selected by City), and hold harmless the Indemnified Parties from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including, without limitation, incidental and consequential damages, court costs, attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses) incurred in connection therewith and costs of investigation, where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Contracting Party or by any individual or entity for which Contracting Party is legally liable, including but not limited to officers, agents, employees, or subcontractors of Contracting Party. c.Indemnity Provisions for Contracts Related to Construction (Limitation on Indemnity). Without affecting the rights of City under any provision of this agreement, Contracting Party shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City’s active negligence accounts for only a percentage of the liability involved, the obligation of Contracting Party will be for that entire portion or percentage of liability not attributable to the active negligence of City. Exhibit F Page 1 of 2 d.Indemnification Provision for Design Professionals. 1.Applicability of this Section F.1(d). Notwithstanding Section F.1(a) hereinabove, the following indemnification provision shall apply to a Contracting Party who constitutes a “design professional” as the term is defined in paragraph 3 below. 2.Scope of Indemnification. When the law establishes a professional standard of care for Contracting Party’s Services, to the fullest extent permitted by law, Contracting Party shall indemnify and hold harmless City and any and all of its officials, employees, and agents (“Indemnified Parties”) from and against any and all losses, liabilities of every kind, nature, and description, damages, injury (including, without limitation, injury to or death of an employee of Contracting Party or of any subcontractor), costs and expenses, including, without limitation, incidental and consequential damages, court costs, reimbursement of attorneys’ fees, litigation expenses, and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation, to the extent same are caused by any negligent or wrongful act, error or omission of Contracting Party, its officers, agents, employees or subcontractors (or any entity or individual that Contracting Party shall bear the legal liability thereof) in the performance of professional services under this agreement. With respect to the design of public improvements, the Contracting Party shall not be liable for any injuries or property damage resulting from the reuse of the design at a location other than that specified in Exhibit A without the written consent of the Contracting Party. 3.Design Professional Defined. As used in this Section F.1(d), the term “design professional” shall be limited to licensed architects, registered professional engineers, licensed professional land surveyors and landscape architects, all as defined under current law, and as may be amended from time to time by Civil Code § 2782.8. F.2 Obligation to Secure Indemnification Provisions. Contracting Party agrees to obtain executed indemnity agreements with provisions identical to those set forth herein this Exhibit F, as applicable to the Contracting Party, from each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contracting Party in the performance of this Agreement. In the event Contracting Party fails to obtain such indemnity obligations from others as required herein, Contracting Party agrees to be fully responsible according to the terms of this Exhibit. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth in this Agreement are binding on the successors, assigns or heirs of Contracting Party and shall survive the termination of this Agreement. Exhibit F Page 2 of 2 ATTACHMENT 2 INSURANCE REQUIREMENTS ACKNOWLEDGEMENT Must be executed by proposer and submitted with the proposal I, Srinivas Menta . (name) hereby acknowledge and confirm that Logisoft Technologies Inc. . (name of company) has reviewed the City’s indemnification and minimum insurance requirements as listed in Exhibits E and F of the City’s Agreement for Contract Services (Attachment 1); and declare that insurance certificates and endorsements verifying compliance will be provided if an agreement is awarded. I am President & CEO . of Logisoft Technologies Inc. , (Title) (Company) ✔Commercial General Liability (at least as broad as ISO CG 0001) $1,000,000 (per occurrence); $2,000,000 (general aggregate) Must include the following endorsements: ✔ General Liability Additional Insured ✔ General Liability Primary and Noncontributory ✔Commercial Auto Liability (at least as broad as ISO CA 0001) $1,000,000 (per accident) Personal Auto Declaration Page (if applicable) ✔Cyber Liability $1,000,000 (per occurrence) $2,000,000 (general aggregate) ✔Worker’s Compensation (per statutory requirements) Must include the following endorsement: ✔ Worker’s Compensation Waiver of Subrogation Worker’s Compensation Declaration of Sole Proprietor (if applicable) Page 9 of 11 Page 10 of 11 ATTACHMENT 3 NON-COLLUSION AFFIDAVIT FORM Must be executed by proposer and submitted with the proposal I, Srinivas Menta . (name) hereby declare as follows: I am President & CEO . of Logisoft Technologies Inc. , (Title) (Company) the party making the foregoing proposal, that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the proposer or any other proposer, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other proposer, or to secure any advantage against the public body awarding the agreement of anyone interested in the proposed agreement; that all statements contained in the proposal are true; and, further, that the proposer has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Proposer Signature: __________________________________________________ Proposer Name: Proposer Title: Srinivas Menta . President & CEO . Logisoft Technologies Inc.. 50 Cragwood Rd, Ste 315, South Plainfield, NJ 07080 . Company Name: Address: Page 11 of 11 ATTACHMENT 4 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA Must be executed by proposer and submitted with the proposal; If no addenda has been issued, mark “N/A” under Addendum No. indicating Not Applicable and sign ADDENDUM NO. SIGNATURE INDICATING RECEIPT N/A