Loading...
Agenda 04/26/2011 Item #16E2 . . . 4/26/2011 Item 16.E.2. EXECUTIVE SUMMARY Recommendation to approve and authorize the Chairman to sign the Assumption Agreement from Beck Disaster Recovery, Inc. to Science Applications International Corporation for FEMA Acceptable Monitoring for Disaster Generated Debris. OBJECTIVE: To assign the agreements from the original parties Beck Disaster Recovery, Inc. ("BDR") to Science Applications International Corporation ("SAIC"). CONSIDERATIONS: The contract involved in the assignment is #10-5444 "FEMA Acceptable Monitoring for Disaster Generated Debris" dated April 27, 2010, Agenda Item 16C2, between Collier County and BDR. The Solid Waste Department utilizes the services provided under these contracts. SAIC merged with BDR on December 24, 2010 and County staff was notified of the merger on March 4, 2011. Following the Procurement Administration Procedures, staff has aequired the necessary documents from SAIC which have been reviewed and approved by the County Attorney's staff. The Purchasing Department is recommending approval of the assumption of these contracts by the new firm SAle. FISCAL IMPACT: There is no fiscal impact. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney and is legally sufficient for Board action. A majority vote is required. - JAK RECOMMENDATION: That the Board of County Commissioners approves and authorizes the Chairman to sign the Assumption Agreement from BDR to SAIC for FEMA Acceptable Monitoring for Disaster Generated Debris. PREPARED BY: Diana De Leon, Contracts Technician, Purchasing Department Packet Page -1094- . . . 4/26/2011 Item 16.E.2. COLLIER COUNTY Board of County. Commissioners Item Number: 16.E.2. Item Summary: Recommendation to approve and authorize the Chairman to sign the Assumption Agreement from Beck Disaster Recovery, Inc. to Science Applications International Corporation for FEMA Acceptable Monitoring for Disaster Generated Debris. Meeting Date: 4/26/2011 Prepared By Name: DeLeonDiana Title: VALUE MISSING 4/8/2011 2:43:20 PM Submitted by Title: VALUE MISSING Name: DeLeonDiana 4/8/2011 2:43:22 PM Approved By Name: SmithKristen Title: Administrative Secretary,Risk Management Date: 4/8/20113:44:22 PM Name: WardKelsey Title: Manager - Contracts Administration,Purchasing & Ge Date: 4/11/2011 11:55:13 AM Name: Carnell Steve Title: Director - Purchasing/General Services,Purchasing Date: 4/12/2011 7:18:39 AM Name: PriceLen Title: Administrator - Administrative Services, Date: 4/12/2011 8:42:12 PM Packet Page -1095- . . . Name: KlatzkowJeff Title: County Attorney, Date: 4/15/201111:12:26 AM Name: StanleyTher.ese Title: Management/Budget Analyst, Senior,Office of Management & Budget Date: 4/15/2011 4:25:21 PM Name: KlatzkowJeff Title: County Attorney, Date: 4/18/2011 4:21:53 PM Name: IsacksonMark Title: Director-Corp Financial and Mgmt Svs,CMO Date: 4/19/2011 10:08:43 AM Packet Page -1096- 4/26/2011 Item 16.E.2. . '. . 4/26/2011 Item 16.E.2. I'"\jJllI Lf, LV IV Page 1 of4 EXECUTIVES~RY Recommendation to award Contract #10-5444, "Federal Emergency Management Agency (FEMA) Acceptable Monitoring of Disaster Generated Debris Management" to three . firms. Annual cost will be dependent on the number and severity of the disaster events 'eligible for federal and state emergency funds reimbursement during the fiscal year. OBJECTIVE:' Award Contract #10-5444, "FEMA Acceptable Monitoring of Disaster Generated Debris Management" to three :firms; O'Brian's Response Management, Inc., Beck Disaster Recovery, Inc. (BDR) and Metric Engineering, Inc. The selected firms are to provide post-disaster equipment and human resources adequate to assist county staff in monitoring and documenting the costs incurred to remove and dispose of disaster-generated debris ,in full compliance with the FEMA rules and regulations to maximize the county's reimbursement from federal and state emergency funds. CONSID~IONS: Accurate, independently verified and documented records are essential for the county to qualifY for reimbursement from federal and state emergency funds for costs incurred during the removal and disposal of disaster-generated debris. The contractors recommended to conduct the monitoring and documentation of the materials removed and disposed of are professional organizations with knowledgeable staff trained, to carry out the, required monitoring and documentation, in full compliance with FEMA and state emergency requirements for reimbursement of the costs incurred by the county to remove and dispose of disaster generated debris. . To meet the county's potential needs for FEMA Acceptable Monitoring of Disaster Generated Debris Management, a Request for Proposals (RFP) was advertised on March 4,2010. Notices were sent to 296 firms with 66 :firms requesting full proposal packages. Five responses were received by the due date of March 24,2010. A selection committee meeting was held on April 2, 2010. A:ft.er review, discussion, and ranking by the selection committee, by consensus, the following three firms were recommended for contract negotiations and subsequent award. Primary: O'Brian's Response Management, Inc. Secondary: Beck Disaster Recovery, Inc. Tertiary: Metric Engineering, Inc. The recommended :firms will be under an "on call" contract with the county for a single two year period, with the option for both the county and the firms to extend the contracts for two additional one year periods. When required. by the county, the :firms will be tasked for specific assignments by purchase order(s) that will describe in detail the work to be done, and the associated compensation. In their proposals. the recommended firms provided unit costs for both equipment and human resources, and identified and delineated their equipment, human resources, and related facilities that will be available to assist the county in monitoring and documenting the removal and disposal of disaster-generated debris. Packet Page ~1097- . . . 4/26/2011 Item 16.E.2. MJJI II L, , 'v I v Page 2of4 The recommended :firms also described their experience to accurately record and document the quantities and types of material that they will monitor for removal and disposal. This capability can greatly assist the county to maximize the recovery of debris removal costs from FEMA and state disaster assistance funds. If required by the county, the recommended firms will also be available 72 hours prior to landfall and/or impact of hurricanes and other predictable natural events to position equipment and human resources in strategic locations for rapid post disaster response. The costs associated with the utilization of this contract will be reimbursed by the state and federal emergency funds in accordance with the most current reimbursement guidelines; therefore, under the provisions of the Local Vendor Preference Purchasing Policy, these contracts are not required to provide local vendor preference. The RFP required the proposers to provide their voluntary compliance by including sources of their labor force. Additionally, the county recommended the utilization of local firms whenever possible. The frrms acknowledged in their proposals that they will hire local vendors to assist with the monitoring activities whenever applicable. FISCAL ~ .&,CT: Fiscal impact will be to appropriate operating funds that are relevant to the activities that take place. The financial, extent .of this. impact is dependent on the number and .. severity of the disastrous events. Events declared as local disasters, state disasters, and disasters by presidential decree are eligible for reimbursement by the federal government arid the state emergency fund. Accurate documentation of the quantities and types of materials removed and disposed of is critical to maximize the amount o~ reimbursement. GROWTIl; ~AGEMF;NT IMP ACT: These contracts and the activities anticipated to be tasked under them will have no impact on the county's Growth Management Plan. LEGAL CONSIDERATIONS: This item has been reviewed and approved by the County Attorney's Office and is legally sufficient-JBW , RECOMME;mlATIONS: To award Contract #10-5444, "FEMA Acceptable Monitoring of Disaster Generated Debris," to O'Brian's Response Management, Inc., Beck Disaster Recovery, Inc. (BDR), and Metric Engineering, Inc., and authorize the Chairman to execute the contracts. PRE~ARED BY: Linda L. Jackson Best, M.B.A, Compliance Manager, Solid Waste Management Department Packet Page -1098- '. . . 4/26/2011 Item 16.E.2. A G R E EM EN T 10-5444 for "FEMA Acceptable Monitoring for Disaster Generated Debris" TIllS AGREEMENT, made and entered into on this 27 day of April, 2010, by and between Beck Disaster Recovery, Inc (J3DR), authorized to do business in the State of Florida, whose business address is 2301 Lucien Way, Suite'120, Maitland, Florida 32751, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "Countyll: WITNESSETH: 1. COMMENCEMENT. The contract shall be for a two (2) year period, commencing on Apri127, 2010, and terminating on Apri126, 2012. Work shall commence upon issuance of a purchase order.' , The County may, at its discretion and with the consent of theCoritractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide FEMA Acceptable Monitoring of Disaster Debris Management" and Technical Assistance in accordance with the terms and conditio~ of RFP #10-5444 and the Contractor's proposal referred to herein and made an integral part of, this agreement. This Agreement contains the entir~. understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writirig by the Conh:actor and the County project manag~r or his designee, in compliance with the County PurchaSing Policy and Administrative Procedures in effect at the time such services are authorized. 3. COMPENSATION: ,The County shall pay the Contractor for the performance of this Agreement upon completion of each work assignment as accepted and approved by the Solid Waste Director, or his designee. Compensation for each work assignment shall be in accordance with Exhibit A, LlHourly Rate Schedule" or as a lump sum as negotiated and mutually agreed upon by the Contractor and Solid Waste Director, or his designee. Payments shall be made to the Contractor when requested as work progresses, but not more than once per month. Payment will be made upon receipt of a proper invoice and in complianc~ with Chapter 218 Fla. Stats., otherwise known as the "Local Government , Pa~ Packet Page -1099- 4/26/2011 Item 16.E.2. Prompt Payment Act". Invoices .must be submitted within six (6) months after completion of work assignment. Any untimely submission of invoices qeyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" . as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. - , 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if maned or faxed to the Contractor at the following Addres,s: Beck Disaster Recovery, Inc Attention: Mr. Jonathan Schaefer, Vice President 2301 Lucien Way, Suite 120 Maitland, Florida 32751 Telephone: 32144i-8500 Facsimile: 321441-8501 E-mail: dbrap@beckdr.com All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department - Purchasing ~ui14ing 3301 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasing/ GS Director Telephone: 239-252-8371 facsUnile: 239-252-6584 . _ The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 6. NO P ARTNERSIllP. Nothing herein contained shall create or be construed as creating , a partnership betWeen the County and the Contractor or to constitute the Contractor as an agent of the ,CountY. _' 7. PERMITS: LICENSES: TAXES. In compliance ,with Section 218.80, F.S., all permits necessary for the prqsecution of the Work shall be obtain~d by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. All'non-C~)Unty permits necessary for the prosecution of the Work shall be procured. and paid for by the _ Contractor. The Contractor shall also be 'solely responsible for . payment of ,any and all taxes levied on the Contractor. In addition, the Contractor shall P;Packet Page -1100- . . . 4/26/2011 Item 16.E.2. comply with all rules, regulations and laws of Collier Co~ty, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, iminoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to ~pend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees . not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should, the Contractor be found to have failed to perform his ' : services in a D;lanner satisfactory to the County as per this Agreement, the County may, terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. " 10. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination ~ to race, sex, color, creed or national origin. 11. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business A~to Liability: Coverage shall p.ave minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation:- "Insurance covering all employees'meeting Statutory ~ts in compliance with the applicable s,tate and feder~ laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. P Packet Page -1101- 4/26/2011 Item 16.E.2. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional InsUred on the Comprehensive . General liability Policy. . Current, valid insurance policies ~eeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 12. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed .or utilized'by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified PartY or person . described in this paragraph. TIris section does not -pertain to any incident arising from the sole negligence of Collier County. ' 13. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid Waste Department. ' 14. CONFLICT OF INTEREST: Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 15. COMPONENT PARTS OF THIS CONTRACT. This Contrac't consists of the attached, component parts, all of which 'are as fully a part of the contract as if herein set out verbatim:' Contractor1s Proposal, Insurance Certificate,RFP #10-5444 Scope of Services, Addendum and Exhibit A "Hourly Rate Schedule". ,16. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Corruonissioners. . ' 17. PROIDBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other Pa ' n . Packet Page -1102- . . . . 4/26/2011 Item 16.E.2. item of v~ue to any County employee, as set forth in Chapter 112, Part ill, Florida Statutes, Collier County Ethics Ordinance No. 2004-05; and County Adminisrrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/ or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/ or firm from doing business with the County for a specified period of time, incluq..ing but not limited to: submitting bids, RFP, and/or quotes; and, c. :i.nur).ediate termination of any contract held by the individual and/ or firm for cause. , ' 18. Il\1MIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 D.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 19. OFFER EXTENDED TO OTHER GOVERNMEN':fAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or'resultant contract to other governmental entities at the, discretion of the successful proposer. 20. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise ,unenforceable, in whole or in part, the remaining portion of this, Agreement shall remain in effect. 21. ADDITIONAL ITEMS/SERVICES. Additional items and/ or services may be added to this contract upon satisfactory negotiation of price by the Conrract Manager and Contractor. 22.' DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision.:.making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation ,of, any settlement reached at mediation to County's board for approval., Should either party fail to submit to mediation as required hereunder, the other party may obtain 'a court order requiring mediation under section 44.102, Fla. Stat. Pa Packet Page -1103- 4/26/2011 Item 16.E.2. Any suit or action brought by either party to this Agreement against the other party . relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 23. KEY PERSONNEI/PROTECT STAFFING: The proposer~s personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to insure that competent persons will be utilized in the performance of the contract. Selected firm shall assign as many people as necessary to complete the project on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. Firm shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications andi or experience. (2) that the County is notified in writing as far in advance as possible~ Firm shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. 24. SAFETY: All contractors and subcontractors performing services for Collier County are , required. and s4a11 c-omply :with all Qccupati<?~ Saf~ty ,and Health Ac4ninistration -, (OSHA), State and County Safety and Occupational Health Standard and any other applicable rules and regulations. Also, all contractors and subcontractors shall be . responsible for the safety of their employees. Contractor has establiShed and maintains programs and procedures for the safety of its employees: Contractor specifically disclaims any authority or responsibility for job site safety and safety of persons other than Contractor's employees. 25. TRAVEL EXPENSES: Expenses associated with travel, per diem, lodging and mileage will be reimbursed as per Section 112.061 Fla. Stats. Reimbursement shall be at the following rates: ' Mileage: Breakfast Lunch: Dinner: Airfare: Rental car~ $ .445 per mile $6.00 $11.00 $19.00 Actual ticket cost limited to tourist or coach class fare Actual rental cost limited to 'compact or standard-size vehicles Actual cost of lodging at single occupancy rate with a , cap of no more than $150.09 per night Lodging: Parking: Actual cost of parking . P Packet Page -1104- . .. . 4/26/2011 Item 16.E.2. 26. SUBSTITUTE PERFORMANCE: In the event the Contractor fails to perform any required'services within the time schedule under the contact, The County reserves the right to obtain substitute performance. Further, the County reserves the right to deduct the cost of such substitute performance from the Contract<;>r's payments. The Contractor' may be exempt from this provision if such exemption is granted by the ~roject Manager or his designee, in writing, prior to any delays or as a result of an Act of Nature. IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an, authorized person or agent, hereunder set their hands and seals on the date and year first above written. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA ._.::..........7 By: ~W. ~ Fred W. Coyle, Chairm Beck Disaster Recovery, Inc. Contractor By: et Jonathan Burgiel. President Typed signature and title ., Second Witness ...... "Q ~~~!~/!:", ",..~ . ",V}" I.('i I~;. :vi~ . ,~. ,...~,:'). .~;: ",: ~'~\\'" ~l. r.~) I~J~ ':p fP.~.'l , ". ~~ . . 1:0\ <. t;J.1!fJJ.,j :~' ..I4..1b{)j':-"/~ ,--: fL. .., ,..) },~ . / . .~,\. I'" : .J)::, . ....I... ,I : ........:.'t:~ ..."ff ..: .... ~I ~y . :.., \t\\ . ,:) ::'l1\l!I\lti . \ Dorcas Martinez tTypej print witness name t Approved as to form and legal sufficiency: ~yjPJ~ ~t County Attorney . ~Cl:J\"T ~ ~~h Page 7 of8 Packet Page -1105- Exhibit A Hourly Rate Schedule Position Title Administrative/Clerical; Assistance Annual Table Top Exercise Billing Invoice Analysis/Data Manager Invoice Reconciliation Damage /Customer Services Debris Site!Tower/Field/ Crew Monitors Dispatch/Schedule Manager Emergency Management Planning Environment Specialist/Cl?mpliance Specialist Env~r~nmenta!. Pro)ec~ _Ma na~e~ Federal Program Coordinator Field Supervisor/Monitor/Collection & Disposal Operations GIS Analysis/Mapping Manager Grant Manager IT Manager IT Technician Load Ticket/Data Entry Clerk Operations Manager/Coordinator Post Project FEMA Close Out Support Project Coordinator Project Inspector/RovingQA QC Inspector Project Manager Public Assistant Officer/Public Information Packet Page -1106- Hourly Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 4/26/2011 Item 16.E.2. . 30 No Cost 60 30 40 54 79 75 100 ' 79 65 60 90 85 75 30 70 79 . 35 40 100 85 . . 4/26/2011 Item 16.E.2. fMEMORANDUM OF INSURANCE Iilis Memorandum is Issued as a matter of Information only to authorized viewers for their internal use only and confers no rights upon any viewer of this Memorandum. This Memorandum does not amend, extend or alter the coverage descnbed below. This Memorandum may only be copied, printed and distributed within an authorized viewer and may only be used and viewed by an autllorlzed viewer for Its Internal use. Any other use, duplication or distribution of this Memorandum without the consent of Science Applications International Corp. (SAIC) Is prohibited. "Authorized viewer' shall mean an ,entity or person which is authorized by the insured named herein to access this Memorandum via htto:lfwww,saic.com/customer/moil . The Information contained herein is valid as of today's date, and shall be updated upon any material pOlicy changes and upon each policy's renewal. BROKER COMPANIES AFFORDING COVERAGE Marsh Risk & Insurance,Services ("Marsh") Co. A National Union Fin: Insurance Company of Pittsburgh. PA INSURED Co. B New Hampshire Insmance Company Beck Disaster Recovery, Inc" a wholly owned subsidiary ofSAIC Co, C The Insurance Company ofther State ofPcnnsylvania 1001 Fourth Avenue, Suite 2500 Co. D Underwriters at lloyd's, London (A F Beazley #623 & #2623) Seattle, WA 98154 Co. E Factory Mutual Insurance Company COVERAGES ... IliE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDmON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS MEMORANDUM MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDmONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO T\'PE OF INSURANCE POlJCYNUMBER EFFEC11VE EXPIRATION LIMITS LTR DATE DATE GENERAL GENERAL S 10,000,000 A LIABILITY GL 7146225 04/01110 04/01111 AGGREGATE PRODUCTS - S 2,000,000 COMMERCIAL COMP/OP AGG GENERAL LIABll..ITY ERSONAL &ADV S 1,000,000 INCLUDING INJURY CONTRAClUAL EACH S 1,000,000 LIABILITY (per ISO OCCURRENCE Form COOOD! 12/07) FIRE DAMAGE (ANY $ 1,000,000 OCCURRENCE FORM ONE FIRE) " " MED EXP S 10,000 (ANY ONE PERSON) AUTOMOBILE COMBINED SINGLE S 1,000,000, A LIABILITY CA 9727003 04/01110 04/01/11 LIMIT COVERING ANY (All Other States) OWNED AurOS. CA 9727005 (MA) 04/01110 04/01/11 HIRED AUTOS & A ~ON-OWNED AUTOS CA 9727004 (VA) 04/01110 04/01/11 UMBRELLA EACH S 10,000,000 A LIABILITY 27471737 04/01110 04/01/11 OCGURRENCE UMBRELLA FORM AGGREGATE S 10,000,000 B WORKERS WC 020342415 04/01110 04/01111 WORKERS COMP STATUTORY COMPENSATION (All Other States) IMITS C AND EMPLOYERS' WC 020342416 (CA) 04/01110 04/01/11 6L $ 3,000,000 LIABILITY EACH ACCIDENT C INCLUDES USL&H WC 020342421 (MA) 04/01/10 04/0 Ill! EL DISEASE - S 3,000,000 B WC 020342417 (Fl.) 04/0 III 0 04/01111 POLICY LIMIT THE PROPRIETOR/ EL DISEASE - S 3,000,000 B PARTNERS / WC 020342418 (OR) 04/01/10 04/01111 EACH EMPLOYEE B EXECUTIVE WC 020342419 (TX) 04/01/10 04/01/11 OFFICERS ARE: A INCLUDED we 020342420 (WI) 04/0 III 0 04/0 III I . PROFESSIONAL EACH CLAIM $ 10,000,000 D LIABILITY QF 034409 06/30/09 06130/1 0 INCLUDING AGGREGATE $ 10,000,000 CONTRACTOR'S POLLUTION LEGAL LIABll..ITY CLAIMS MADE BASIS ALL RISK AMOUNT OF S 1,000,000 E PROPERTY UB755 10/01/09 10/01/10 INSURANCE INCLUDING ALL REAL & PERSONAL PROPERTY 'OF INSURED. AND PROPERTY OF OTHERS WHERE REQ~D The Memorandum oflnsurance serves solely to list insurance policies, limits and dates of coverage. Any modifications hereto are not authorized. Packet Page -1107- 4/26/2011 Item 16.E.2. I~ORANDUM OF INSURANCE Is Memorandum Is Issued as a matter of information only to authorized viewers for their Internal use only and confers no rights upon any viewer of this Memorandum. This Memorandum does not amend, extend or alter the coverage described below. This Memorandum may only be copied, printed and distributed within an authorized viewer and may only be used and viewed by an authorized viewer for its internal use. Any other use, duplication or distributio of this Memorandum without the consent of Science Applications International Corp. (SAle) Is prohibited. "Authorized viewer" shall mean an entity or person which Is authorized by the insured named herein to access this Memorandum via htto:/Iwww.saic.com/customer/moi/ . The information contained herein Is , valid as of today's date, and shall be updated upon any material policy changes and upon each policy's renewal. BROKER INSURED Marsh Risk & Insurance Services ("'Marsh'') eclcDisaster Recovery, Inc., a wholly owned subsidiary ofSAlC 777 South Figueroa Street 1001 Fourth Avenue, Suite 2500 Los Angeles, CA 90017 Seattle. WA 98154, DmONAL INFORMATION Please note that the above Liability polities are endorsed to provide that our cnstomers and any other organizations or persons where required by contract or agreement we enter into arc named as Additional Insureds under these policies. Additionally, coverage applies on a primary basis where required by coutract, and, a waiver of subrogation is provided in favor of any person or organization required pursuant to the terms of any contract Dr agreement we cuter into. lease note that the above Property policy is endorsed to provide that our customers and any other organizations or persons where required by contract Dr agreement we cuter into arc named as Loss Payees As Their Interest May Appear under this policy. Should you wish to view these endorsements,' or print a copy for your files, please click on the below links, GENERAL LIABILITY ENDORSEMENTS: Additional Insured - Where Required Under Contract Or Agreement (AlG Form 61712 (9/01)) . 1" . comli m oil \\: D W 'r Additional Insured - Managers or Lessors of Premises (Form CG 20 11 01 96) h :flv.frWtui rnJ, 'moOt 11.' em" f . Additional Insured - Lessor of Leased Equipment (CG 20 28 07 04) '!I~' ildow", Ii f Additional Insured - Vendors (Form CG 20 150704) h :lIwww.sN ann/l rolnt!rfmoifdownlo Vendors f Additional Insured - Primary Insurance (AlG Form 74434 (10/99)) h ollwww' I or~' wn P Om In lranee f , Waiver OfTl'lIlISfer OfRights OfRecovcry Against Others To Us-{CG 24'04 10 93) h '/Iww..",oc Cf) ClISlo rmi/downloodlGl.. Waiver r 5 ari WORKERS' COMPENSATION & EMPLOYERS LIABILITY ENDORSEMENTS: aiver of Our Right To Recover From Others, . l' !moi downl rw W:ti r of Subro!!rtio r OTE: Workers Compensation insurance for work in the state of Washington is not provided under the above referenced workerS compensation policy. Coverage is provided by the Washington State Department of Laber & Industries program, Stop Gap Employers Liability insurance for the state of Washington is provided under the above referenced workers compensation policy, UMBRELLA LIABILITY ENDORSEMENTS: dditional Insured - please note that because the AIG Umbrella Prime form #80517 05/06 policy defmition of an Insured includes: "Any person or organization, other than the amed Insured, included as an additional insured under the Schedule of Underlying Insurance, but not for broader coverage than would be afforded by such Schedule of Underlying Insurance" that there is no sepaxateAdditional Insured endorsement applicable to this policy, Therefore, if you are an Additional Insured on the General Liability or Automobile Liability policies above, that status extends to the Umbrella Liability policy as well. ~er of Rights ofRecovel)' (Waiver of Subrogation) - please note that because the AIG Umbrella Prime form #80517 05/06-policy states that ''If; prior to the lime of an Occurrence, you and the insurer of Scheduled Underlying InSurance waive any right of recovery against a specific person or organization for injul)' or damage as required under an Insured Contract, we will also waive any rights we_may have against such person or organization." that there is no sepaxate Waiver of Subrogation endorsement applicable to these policy. Therefore, if you are granted a Waiver of Subrogation on the General Liability, AutomobIle Liability or Employers Liability policies above, that status extends to the Umbrella Liability policy as well, PROFESSIONAL LIABILITY ENDORSEMENTS: Additional Insured - Where Required by Contract or Agreement .1J,'".......vu. . c Ie ~o if. :wl.'nIDlldl07.08 E&: dr Waiver of Subrogation - please note that the policy wording states that "However, it is agreed that the Underwriters waives its rights of subrogation under this policy against any person or organization as respects Claims arising from Professional Services or Contracting Services provided under a contract to perform such Professional Services or Contracting Services which requires a waiver of subrogation, but only to the extent required by written contract Therefore. if our contract requires we waive our rights of subrogation in your favor, the waiver extends to this policy. NOTICE OF CANCELL.4. TION: . Please note that due to the vel)' large number of,contracts that SAlC and its subsidiaries enter into each year, the above policies do. not contain an endorsement obligating the - insurer to provide any advance written notice directly to anyone but SAIC. However, insurers have endorsed their policy to provide SAIC with 90 days advance written notice of any cancellation (except 10 days fot non-payment of premium) so as to enable SAIC to provide any required Notices to its customers in accordance with agreed to contract terms and conditions. The Memorandum ofInsurance seryes solely to list insurance policies, lim Packet Page -1108- :nodifications hereto are not authorized, 4/26/2011 Item 16.E.2. . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT This endorsement, effective 12:01 A.M. 04/01/2010 forms a part of Policy No. GL 714-62-25 issued to SAle, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBUR,G, PA ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SECTION If. - WHO IS AN INSURED, is amended to include as an additional insured: . Any person or organi2:ation to whom you become obligated to include as an . additional insured under this policy, as a result of any contract or agreement . you enter into which requires you to furnish jns,urance to that person or. _, organization of the type provided by this policy r but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: · The coverage and/or limits of this policy, or . The coverage and/or limits required by said contract or agreement. ~~, AUTHORIZED REPRESENTATIVE . 61712 (12/06) Packet Page -1109- 4/26/2011 Item 16.E.2. POLICY NUMBER: GL 714-62-25 COMMERCIAL GENERAL LIABILITY CG 20 110196 . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE i.Designation of Premises (Part Leased to You): ANY PREMISES OR PART THEREOF LEASED TO YOU. 2. Name of Person or Organization (Additional Insured): AtN AND ALL PERSONS OR ORGANIZATIONS CONTRACTUALLY REQUIRING ADDITIONAL INSURED STATUS AS THE MANAGER OR LESSOR OF PREMISES TO YOU. 3. Additional Premium: INCLUDED (If no entry appears above, the information required to complete this endorsement will be shown in the Declara- tions as applicable to this, endorsement) , ' . ' " . . _ ~ ' WHO IS AN INSURED (Section II) Is amended to Include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of the ownership, maintenance or use of that part of the . premises leased to you and shown in the Schedule and subject to the following additional exclusions: This insurance does not apply to: 1. Any .occurrence" which takes place after you cease to be a tenant in that premises. 2. Structural alterations, new construction or demolition operations performed by or on behalf of the person or organization shown in the Schedule. . . CG 20 11 01 96 Copyright, Insurance Services Office, Inc., 1994 Packet Page -1110- Page 1 of 1 o . . . 4/26/2011 Item 16.E.2. POLICY NUMBER: CG 714-62-25 COMMERCiAl GENERAL LIABILITY CG 2G 28 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s} Or OrQanizatlonfs\ ANY AND AU PERSONS OR ORGANlZAnONS CONTRACTUALL Y REQUIRING ADDmONAL INSURED STA TUS AS A LESSOR UNDER TERMS OF AN EQUIPMENT LEASING CONTRACT YOU ENTER INTO WITH SUCH PERSONS OR ORGANlZAnONS. Information reauired to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily Injury", "property damage" or "personal and advertising injury" caused, in whole or In part, by your maintenance, operation or use of equipment leased to you by such person(s) or organlzation(s). B. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. CG 20 28 07 04 @ ISO Properties, Inc., 2004 Packet Page -1111- Page 1 of1 0 POLICY NUMBER: CG 7:14-62-25 4/26/2011 Item 16.E.2. COMMERCIAL GENERAL LIABILITY CG 20 15 07 04 . THIS ENDORSEMENT CHANGES THE POLiCY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - VENDORS This endorsement modifies insurance provided under the following: COMMERC1AL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE ALL VENDORS Your Products ALL PRODUCTS . A. Section" - Who Is An Insured is amended to include as an acfditional insured any person{s) or organization(s) (referred to below as vendor) shown in the Schedule, but only with respect to "bodily injuryll or "property damage" ansing out of .your productsn shown in the Schedule which are distributed or sold in the regular course of the ven- dor's business, subject to the following additional exclusions: I 1. The insurance afforded the vendor does not apply to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay dam- ages by reason of the assumption of liabil- Ity in a contract or agreement This exclu- sion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; b. Any express warranty unauthorized by YOl!; c. Any physical or chemical change in the product made intentionally by the vendor, d. Repackaging, except when unpacked solely for the purpose of inspection, demonstra- tion. testing, or the substitution of parts un- der instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, .ad- Justments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in con- nection with the sale of the product; . CG20150704 @ ISO Properties, lnc',r 2004- Packet Page -1112- Page 1 of2 o . . . 4/26/2011 Item 16.E.2. (2} Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in 1he usual course of business. in connec- tion with 1he distribution or sale of the products. 2. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or. container, enteling into, accompanying or containing such products. g. Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or h. "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for Its own acts or omissions or those of its employees or anyone else acting on its be- half. However, this exclusion does not ap- ply to: (1) The exceptions contained in Sub- paragraphs d. or f.; or Page 2 of 2 @ ISO Properties, (nc., 2004 Packet Page -1113- CG20150704 o ENDORSEMENT 4/26/2011 Item 16.E.2. forms a part of Policy No. GL 714-62-25 This endorsement, effective 12:01 A.M. 04f01f2010 issued to SAIC, INC. by NATIONAL UNION ARE INSURANCE COMPANY OF PITTSBURGH, PA ADDITIONAL INSURED - PRIMARY INSURANCE This endorsement modffies insurance provided under the following: COMMERCIAL L1ABIUTY COVERAGE FORM Section IV, Commercial General Liabifity Conditions, paragraph 4., Other Insurance, subparagraph a. Primary Insurance, is amended by the addition of the following: However, coverage under this policy afforded to an additional insured will apply as primary insurance where required by contract, and any other insurance issued to such additional insured shall apply as excess and noncontributory insurance. 74434 (10/99) Authorized Representative Packet Page -1114- (~ . . . . . . 4/26/2011 Item 16.E.2. POLICY NUMBER: CG 714-62-25 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL L1ABfLlTY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABIliTY COVERAGE PART SCHEDULE Name Of Person Or Organization: "PURSUANT TO APPUCABLE WRITTEN CONTRACT OR AGREEMENT YOU ENTER INTO.n Infonnation reauired to complete this Schedule, if not shown above, will be shown in the Declaraiions. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any light of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and Included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 @ Insurance ServIces Office, Inc., 2008 Packet Page -1115- Page 1 of1 0 4/26/2011 Item 16.E.2. . THIS ENDORSEMENT CHANGES THE POLlCY. pLEASE READ IT CAREFULLY. ENDORSEMENT This endorsement, effective 12:01 A.M. 04/0112010 forms a part of Policy No. CA 972-70-03 issued to SAIC, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: "Any person or organization for whom you are contractually bound to provide Additional Insured status but only to the extent of such p~rson or organizations liability arising out of the use of a covered "auto"., ' ,. I. SECTION [I - LIABILITY COVERAGE, A. Coverage, 1. - Who Is Insured. is amended to add: . d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of. any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but ollly with respect to liability arising out of use of a covered nauton.However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. ~~ AUTHO RIZED REPRESENTATIVE . 87950 (10/05) Packet Page -1116- 4/26/2011 Item 16.E.2. . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT This endorsement, effective 12:01 A.M. 04/0112010 Policy No. CA 972-70-05 issued to SAIC, INC. by NEW HAMPSHIRE INSURANCE COMPANY forms a part of ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provIded under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: "Any person or organization for whom you are contractually bound to provide Additional Insured status but only to the extent of such person or organizations liability arising Dut of the use of a covered "auto". ' " . I. SECTION II - LIABILITY COVERAGE. A. Coverage. 1. - Who Is Insured. is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to'that person or organization of the type provided by this policy. but only with respect to liability arising out of use of a covered Uauto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy I or (2) The coverage arid/or limits required by said contract or agreement. (~ AUTHORIZED REPRESENTATIVE . 87950 (10/05) Packet Page -1117- 4/26/2011 Item 16.E.2. POLlCY NUMBER: CA 972-70-03 , COMMERCIAL AUTO CA2001 0306 . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage' provided by this endorsement. the provisions of the Coverage Form apply unless modi- fied by the endorsement This endorsement changes the polley effective on the inception date of the policy unless another date is inai~ cated below.' . ' Named Insured: SAle, INC. .. Endorsement Effect've'D~t~: - 04/01/2010 ,Countersignature Of AuthoriZed Representative . Name: Title: Signature: Date: . CA20 010306 @ ISO Properties, Ino., 2005 Packet Page -1118- Page 1 of3 0 4/26/2011 Item 16.E.2. . SCHEDULE Insurance Company: NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA Policy Number: CA 972-70-03 I Effective Date: 04/01/2010 Expiration Date: 04/01/2011 Named Insured,: SAlC, INC. Address: 10260 CAMPUS POINT DR., MIS 0-6 SAN DIEGO, CA 92121 Additional Insured (Les- ANY LESSOR UNDER CONTRACT OR AGREEMENT THAT REQUIRES YOU sor): TO PROVIDE DIRECT PRIMARY INSURANCE FOR THAT LESSOR Address: Designation Or Description ANY AUTO LEASED UNDER CONTRACT OR AGREEMENT THAT RE- Of "Leased Autos": QUIRES YOU TO PROVIDE DIRECT PRIMARY INSURANCE FOR THE LES- SOR Covera~es . Limit Of Insurance LiabiUtv $ Each "Accident" . Actual Cash Value Or Cost Of Repair Whichever Is Less, Minus Comprehensive $ Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair Whichever Is Less, Minus Collision $ Deductible For Each Covered "Leased Auto" Specified Actual Cash Value Or Cost Of Repair Whichever IsLess, Minus Causes Of Loss $ Deductible For Each Covered "Leased Auto. . Information reauired to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 2. For a "leased auto" designated or described in 1. Any "'eased auto" designated or described In the Schedule, Who Is An Insured Is changed the Schedule will be considered a covered to Include as an ''insured'' the lessor named In "auto" you own and not a covered "auto. you the Schedule. However, the lessor is an "in- hire or borrow. sured" only for "bodily injury" or "property dam- age" reSUlting from .the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "em- ployee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. . , Page 2 of 3 @ ISO Properties, Inc., 2005 CA 20 01 03 06 D Packet Page -1119- 3. The coverages provided under this endorse- ment apply to any "leased auto" described in the Schedule untJ1the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay. as interest may appear. you and 'the lessor named in this endorsement for "loss" to a "leased autoo. 2. The insurance covers the Interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor. we will obtain his or her lights against any other party. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy COndition. 2. If you cancel the policy. we will mail notice to . the lessor. 3. Cancellation ends this agr~ement. 4/26/2011 Item 16.E.2. D. The lessor is not liable for payment of your premi- ums. E. Additional Definition As used in this endorsement "Leased auto" means an "auto" leased or rented to YOlJ. including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the les- sor. CA20 010306 @ ISO Properties, Inc., 2005 Packet Page -1120- Page 3 of 3 . . . o 4/26/2011 Item 16.E.2. . MM 20 26 10 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE MASSACHUSETTS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: SAIC, INC. Endorsement Effective Date: 04101/2010 Countershmature Of Authorized ReDresentative . Name: litle: Signature: Date: SCHEDULE Insurance Company: NEW HAMPHIRE INS CO Policy Number: CA 972-70-05 I Effective Date: 0410112010 . Expiration Date: 04101/2011 Named Insured: SAle, INC. Address; 10260 CAMPUS POINT DR, MIS 0-6 SAN DIEGO, CA 92121 Additional Insured (Lessor): AS KNOWN TO INSURER Address: . Designation Or Description Of "leased Autos": ON FilE WITH COMPANY MM 20 26 1006 Includes copyrighted material of Insurance Servic~ Office, with its permission. Copyright, Insurance Services Office, Inc., 2005 Page 1 of 3 Packet Page -1121- 4/26/2011 Item 16.E.2. MM 20 26 10 06 . COVERAGES LIMITS OF INSURANCE COMPULSORY BODILY INJURY $20,000 EACH PERSON $40,000 EACH ACCIDENT LIABILITY INSURANCE OPTIONAL BODILY INJURY $ EACH PERSON $ EACH ACCIDENT PROPERTY DAMAGE $ EACH ACCIDENT (COMPULSORY LIMIT $5,000) LIABILITY $ 1,000,000 EACH ACCIDENT PHYSICAL DAMAGE INSURANCE ACTUAL CASH VALUE OR COST OF REPAIR, WHICHEVER IS LESS, MINUS COMPREHENSIVE $ Deductible FOR EACH COVERED AUTO SPECIRED CAUSES OF LOSS $- Deductible FOR EACH COVERED AUTO COLLISION $ Deductible FOR EACH COVERED AUTO LIMITED COLLISION $ Deductible FOR EACH COVERED AUTO ".. . Information required to complet~ this Schedule, if not shown ahove, will be shown in the Declarations. . A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered Uauto" you own and not a covered ,"auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, Who Is An Insured is changed to include as an "insured" the lessor named-in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions , by; . a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3, The coverages provided under this endorsement apply to any "Ieased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or ,her agent takes possession of the "leased auto." whichever occurs first. B. loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto." MM20261006 Includes copyrighted materIal of Insurance Services Office, with its permission. Copyright, Insurance Services Office. Inc., 2005 Page 2 of 3 . Packet Page -1122- 4/26/2011 Item 16.E.2. . MM 20 26 10 06 2. The insurance covers the interest of the lessor unless the "Ioss" results from fraudulent acts or omissions on your part or if the loss is the result of arson, theft or any other means of disposal committed by you or at your direction. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. . E. AdditIonal Definition As used In this endorsement: "Leased 'auto" means an "'auto" leased or rented to you, including any substitute"r:eplacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requir~s you to provide direct primary insurance. . MM 20 26 10 06 Includes copyrighted material of Insurance Services Office, with its permission. Copyright. Insurance Services Office, Inc., 2005 Page 3 of 3 Packet Page -1123- 4/26/2011 Item 16.E.2. POLICY NUMBER: CA 972-70-04 COMMERCIAL AUTO CA20391102 . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. VIRGINIA LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement This endorsement changes the policy effective on the Inception date of the policy unless another date is indi- cated below. . Endorsement Effective: 04101/2010 Countersigned By: Named Insured: SAIC, INC. SCHEDULE Insurance Company NATIONAL UNION FIRE INS CO OF PITISBURGH, PA . Policy. Number CA 972-70-04 Effective Date 04101/2010 Ex lration Date 04101/2011 amed Insured SAIC, INC. ddres"s 10260 CAMPUS POINT DR., MIS 0-6 SAN DIEGO, CA 92121 dditfonallnsured (LesSor) ANY LESSOR UNDER CONTRACT OR AGREEMENT THAT REQUIRES YOU TO ROVIDE DIRECT PRIMARY INSURANCE FOR THAT LESSOR ddress Designation or Description of Leased "Autos" NY AUTO LEASED UNDER CONTRACT OR AGREEMENT THAT REQUIRES YOU TO PROVIDE DIRECT RIMARY INSURANCE FOR THE LESSOR Limit Of Insurance $ Each "Accident" $ Each Person $ Each Person ACTUAL CASH VALUE OR COST OF REPAIR WHICHEVER IS LESS; MINUS: $ For Each Covered "Auton ACTUAL CASH VALUE OR COST OF REPAIR WHICHEVER IS LESS; MINUS: $ For Each Covered nAuto" ACTUAL CASH VALUE OR COST OF REPAIR WHICHEVER IS LESS; MINUS: $ For Each Covered "Auto" (If no entry appears above, information required to complete this endorsement will be sho:wn in the Declarations as applicable to this endorsement.) . Liabili Medical Expense Benefits Income Loss Benefits Comprehensive Collision Specified Causes of Loss \ e' CA20 391102 @ ISO Properties, 2002 Packet Page -1124- Page1of2 0 '. . . A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. For a covered "auto" that is a "leased auto" Who Is An Insured is changed to Include as an "insured" the lessor named in the Schedule. 2. The coverages provided under this endorse- ment apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "foss" to a "leased auto". . . 2. The insurance covers the interest of the lessor unless the "Joss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. 4/26/2011 Item 16.E.2. C. Cancellation 1.. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. ' 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement D. The lessor is not liable for payment of your premi- ums. e. Additional Definition As used in this endorsement "Leased auto" means an "auto" leased to you, in- cluding any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing agreement that requires you to provide di- rect primary insurance for the lessor. Page 2 of2 @ ISO Properties, 2002 Packet Page -1125- CA20 391102 o 4/26/2011 Item 16.E.2. . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT , Insurance Primary as to Certain Additional Insureds This endorsement, effective 12:01 AM. 04/01/2010 forms a part C?f Policy No. CA 972-70-03 issued to SAle, INC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM: Section IV _ Business Auto Conditions, B., General Conditions, 5" Other Insurance, c., is amended by the addition of the following sentence: ' The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident. We will not ask any insurer that bas issued other insurance to such additional insured to contribute to the settlement of1oss arising out of such accident . All other terms and conditions remain unchanged. ~~ AUTHORIZED REPRESENTATIVE . 74445 (10-99) Packet Page -1126- . . . 4/26/2011 Item 16.E.2. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENf Insurance Primary as to Certain Additional Insureds This endorsement, effective 12:01 A.M. 04/01/2010 forms a part of Policy No. CA 972-70-05 issued to SAIC, INC. by NEW HAMPSHIRE INSURANCE COMPANY This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM " Section IV _ Business Auto Conditions; B., General Conditions,S., Other Insurance, c., is ".... amended by the addition of the following sentence: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident. We will not ask any insurer that has issued. other insurance to such additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions remain unchanged. t{&J. AUTHORIZED REPRESENTATIVE 74445 (10-99) Packet Page -1127- 4/26/2011 Item 16.E.2. . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT Insurance Primary as to Certain Additional Insureds This endorsement, effective 12:01 A.M. 04/01/2010 forms a part of Policy No. CA 972-70-04 issued to SAle, INC. by NATIONAL UNTON RRE INSURANCE COMPANY OF PITTSBURGH, PA This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM , Section IV --Business-Auto Conditions" B., ,General Conditions, 5., Other InS"Q.ranc_e, c:-, is_ ,- - - - , amended by the addition of the following sentence: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior . to the date of accident. We will not ask any insurer that has issued other insurance to such ' additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions remain unchanged. ~~ AUTHORIZED REPRESENTATIVE . 74445 (10-99) Packet Page -1128- 4/26/2011 Item 16.E.2. . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT This endorsement, effective 12:01 A.M. 04/01/2010 forms a part of Policy No. CA 972-70-03 issued to SAIC, INC. by NATIONAL UNION ARE INSURANCE COMPANY OF PITISBURGH, PA WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV _ Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add: . However, we will waive any right of recovery we have against any person or organization with whom you have entered into a contract or agreement because of payments we ".lake under this Coverage Form arising out of an "accident" or "loss" if: (1) The "accident" or "loss" is due to operations undertaken in accordance wIth the contract existing between you and such person or organization; and (2) The contract or agreement was entered into prior to any "accident" or "(oss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovered funds obtained by any injured employee. ~~ AUTHORIZED REPRESENTATIVE . 62897 [6/951 Packet Page -1129- 4/26/2011 Item 16.E.2. . THIS ENDORSEMENT CHAN.GES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT This endorsement, effective 12:01 A.M. 04/0112010 forms a part of . Policy No. CA 972-70~05 issued to SAlC, INC. by NEW HAMPSHIRE INSURANCE COMPANY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US I This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM , Section IV _ Business Auto Conditions, A. - Loss Concfrtions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add:. , However, we will waive any right of recovery we have against any person or organization with whom you have entered into a contract or agreement because of payments we make under this Coverage Form arising out of an "accident" or "loss" if: . {n The "accident" or "loss" is due to operations undertaken in accordance with the contract existing between you and such person or organization; and {2l The contract or agreement was entered into prior to any "accident" or "loss". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovered funds obtained by any injured employee. "-~ AUTHORIZED REPRESENTATIVE . 62897 {B/95} Packet Page -1130- . . . 4/26/2011 Item 16.E.2. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 {Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone Iiabl,e for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule "ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO WAIVE YOUR RIGHTS OF RECOVERY AGAINST, UNDER ANY CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS" This form is not applicable in California, Kentucky, New Hampshire, New Jersey, North Dakota. Ohio, Tennessee, Texas, Utah or Washington. This endorsement changes the policy to which It is attached and [s effectIve on the date issued unless otherwise stated. (The information below Is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 04/01/2010 Insured SAIC, INC. Policy No. WC 020-34-2415 Endorsement No. Premium rd.~ Insurance Company NEW HAMPSHIRE INSURANCE COMPANY Countersigned by we 00 03 13 (Ed.4-84) e 1983 /Ilational Council on Compensation Insurance. Packet Page -1131- 4/26/2011 Item 16.E.2. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. ~84) . WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. {This agreement applies only to 1I1e extent that you perfonn work under a written contract that requires you to obtain this agreement from us.} This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule "ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO WANE YOUR RIGHTS OF RECOVERY AGAINST, UNDER ANY CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS" " This form is not applicable in California, Kentucky, New Hampshire, New Jersey, North Dakota, Ohio, Tennessee, Texas, Utah or Washington. ThIs endorsement changes the policy to whrch It is attached and is effective on the date issued unless ot\1erwlse ~ted. (The Information below Is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 04101/2010 Insured SAle, INC. Policy No. WC 020~34-2417 Endorsement No, Premium ~I.~ Insurance Company . NEW HAMPSHIRE INSURANCE COMPANY WC 00 03 13 (Ed. 4-84) Countersigned by e 1SS3 National Council on Compensation Insurance. Packet Page -1132- . . . . . 4/26/2011 Item 16.E.2. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an 'injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perfonn work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule "ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO WAIVE YOUR RIGHTS OF RECOVERY AGAINST, UNDER ANY CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS" This fonn is not applicable in California, Kentucky, New Hampshire, New Jersey. North Dakota, Ohio, Tennessee, Texas, Utah or Washington. This endorsement changes the policy to which it is attached and Is effective on the date Issued unless otherwise stated. (The information below Is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective 04f01f2010 Insured SAIC, INC. Policy No~ WC 020-34-2421 Endorsement No. Premium .,ft~~ Insurance Company NEW HAMPSHIRE INSURANCE COMPANY we 00 03 13 (Ed. 4-84) Countersigned by e 1983 National Council on Compensatlon Insurance. Packet Page -1133- 4/26/2011 Item 16.E.2. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLlCY_ WC 00 0313 (Ed. 4-84) . WAlVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. WewiU not enforce our right against the person or organization named in the Schedule. (This agreement, applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule "ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBUGATED TO WAIVE YOUR RIGHTS OF RECOVERY AGAINST, UNDER ANY CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS" . This form is not applicable in California, Kentucky, New Hampshire, New Jersey, North Dakota, Ohio, Tennessee, Texas, Utah or Washington. This endorsement changes the, policy to whIch it is attached and is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement Is issued subsequent to preparation of the policy.) Endorsement Effective 04/01/2010 Insured SArC,INC. Policy No. WC 020-34-2418 Endorsement No. . Premium ~<&J, Insurance Company . NEW HAMPSHIRE INSURANCE COMPANY WC 00 0313 (Ed. 4-84) Countersigned by .' e 1983 National Council on Compensation Insurance. Packet Page -1134- . . . 4/26/2011 Item 16.E.2. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04A (Ed. 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the lnfonnation Page. ' We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right againstthe person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish 1his waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll in connection with work perfonned for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED This endorsement changes th,e poli'cy to whlch it is attached and is effective on the date issued unless otherwise stated. (The Infonnatlon below is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement EffectIve 04/01/2010 Insured SAIC, INC. Policy No. we 020-34-2419 Endorsement No. PremIum $ INCLUDED /1' ,,~ Insurance Company NEW HAMPSHIRE INSURANCE COMPANY Countersigned by we 42 0304A (Ed. 1..(0) Packet Page -1135- 4/26/2011 Item 16. E.2. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 43 03 05 {Ed.7-00} . UTAH WAIVER OF SUBROGATION ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Utah is shown in Item 3A of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. ([his agreement applies only to the extent that you perfonn work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate direcUy or indirectly to benefit anyone not named In the Schedule. Our waiver of rights does not release your employees' rights against third parties and does not release our authority as trustee of claims against third parties. Schedule "ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBUGATED TO WAIVE YOUR RiGHTS OF RECOVERY AGAINST, UNDER ANY CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS" . This endorsement changes the policy to which it [s attached and is effective on the date issued unless oiherwlse stated. {The Information below is required only when this endo~ement (s Issued subs'equent to preparation of the policy.) Endorsement Effect[ve 04/01/2010 Insured SAlC, INC. Policy No. WC02G-34-2415 Endorsement No. Premium $ INCLUDED ~~~ Insurance Company NEW HAMPSHIRE INSURANCE COMPANY Countersigned by WC43 03 05 (Ed. 7-00) . (!) :!ODD National CouncU on Compen"!ation Insurance, Inc. Packet Page -1136- . . . 4/26/2011 Item 16.E.2. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84} WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization 'named in the Schedule. (This agreement applies only to the extent that , you perform work under a written contract that requires you to ,obtain this agreement from us.) , This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule "ANY PERSON OR ORGANIZATION TO WHOM YOU BECOME OBLIGATED TO WAIVE YOUR RIGHTS OF RECOVERY AGAINST, UNDER ANY CONTRACT OR AGREEMENT YOU ENTER INTO PRIOR TO THE OCCURRENCE OF LOSS" This form is not applicable in California, Kentucky, New Hampshire, New Jersey, North Dakota, Ohio, Tennessee, Texas, Utah or Washington. This endorsement changes the policy to which it is attached and Is effective on the date Issued unless otherwise stated. (The infonnation below Is required only when this endorsement [s Issued subsequent to preparatlo~. of the policy.) Endorsem ent Effeotive : 04/0112010 Insured SAIC, INC. PolIcy No. WC 020-34-2420 Endorsement No. Premium ~<tu, Insurance Company NEW HAMPSHIRE INSURANCE COMPANY WC 00 03 13 (Ed. 4-84) Countersigned by e 1983 National Council on Compensation Insurance. Packet Page -1137- 4/26/2011 Item 16.E.2. ____ ___~ __a____..._.... ....._ ';"':_. ....____...... _.... ._... _...... --....-.- .-~_...-. .~ . ... " ENDORSEMENT NO.4 THIS ENDORBE?rmNTCB:ANGES THE POLlCY. PLEASE READ lTCAREFULLY. This e:ndarscmenlmodifies insunlnceprovided under the fallowing: !tis agreed tbar aoypersan or Olganiia1ionlISR:quired by contractor lIgtCmlemis inc1Ildcd as an Additiomi. Insured. but soIe1ywilhxespectto liability arlsDig out ofl'Iofessianat ScMces otConttm:ting SeMCC$ pafaoncd by oron bobaIf of1llc Named!nsuted and only ~ ~ elC1a1t:reqllired by con!mct oragreement, sUbject10 the UmilofLiabilil;y nnd lIl1 othetfemls, condilionsand limitationsoflhispolicy. It is furtberagreed that fhisinsurancewill be prlmBIY andIlllll-COIIIIibut.oxy with any otherllVailable~ 'Wbcnrequired by conImct or agmamCllt. AU othertemu and eandilions xemam,unall.eled. . ... . Packet Page -1138- . . . ~ December 4,2010 Ms. Dianna Perryman Contract Specialist Collier County Purchasing Department 3301 Tamiami Trail East Naples, FL 34112 Subject: Expected Merger of Beck Disaster Recovery, Inc. (BDR) with Science Applications International Corporation (SAlC) 4/26/2011 Item 16.E.2. Dear Ms. Perryman: As you are aware, Beck Disaster Recovery, Inc. (BDR) has been operating as a wholly owned subsidiary of SAlC since August of 2009. To further enhance and streamline our service offering, it is expected that as of December 24, 2010, BDR will be fully merged into SAlC and will operate as a division of SAlC. SAlC will continue to provide the same level of services and support with little or no operational impact. This merger allows for better alignment and access to the approximately 45,000 technical and professional staffwithin SAlC. This letter is to notify you of this expected merger. AJ; certain contracts ofBDR may technically require consent in connection with this merger, we also request that you indicate your consent pursuant to Contract No. 10-5444 for FEMA Acceptable Monitoring of Disaster Generated Debris Services approved by the Board of County Commissioners on March 23,2010. Please indicate your consent by signing this notification form and return it via fax or e-mail to Betty Kamara at 321.441.8501 or bkamara@beckdr.com. Please contact us should you have any further questions regarding this merger, and we look forward to continuing to provide outstanding services to Collier County under this contract. Sincerely, Science Applications International Corporation L~~ ~41amara Contract Administrator Concurrence: Signature: Name: Title: Date: 2301 LUCIEN WAY, SUITE 120, MAITLAND, FL 32751 t 321.441.8500 f321.441.8501 beckdr.com Packet Page -1139- 4/26/2011 Item 16.E.2. ASSUM:PTION AGREE:MENT This Assumption Agreement is made and entered into as of , 2011, by and between Science Applications International Corporation ("SAlC"), and Collier County, a political subdivision of the State of Florida ("County"). WHEREAS, on April 27, 2010, the Collier County Board of County Commissioners entered into Contract 10-5444 "FEMA Acceptable Monitoring for Disaster Generated Debris" with Beck Disaster Recovery, Inc. ("BDR") (attached hereto as Exhibit A, and hereinafter referred to as the "Agreement"); and WHEREAS, SAlC hereby represents to Collier County that by virtue of a corporate merger SAlC is the successor in interest to BDR in relation to the Agreement; and WHEREAS, the parties wish to formalize SAlC's assumption of rights and obligations under the Agreement, effective ,as of the date first above written. NOW THEREFORE, IN CONSIDERATION of the mutual promises in this Assumption Agreement, and for other good and valuable consideration, the receipt and sufficiency of which . are acknovvledged by.theparties, itisagreed as follows: ..., , ,.., . 1. SAlC accepts and assumes all rights, duties, benefits, and obligations of the Consultant under the Agreement, including all existing and future obligations to pay and perform . under the Agreement. 2. SAlC will promptly deliver to County evidence of insurance consistent with the Agreement. 3. Except as expressly stated, no further supplements to, or modifications of, the Agreement are contemplated by the parties. 4. Notice required under the Agreement to be sent to Consultant shall be directed to: CONSULTANT: Science Applications International Corporation (SAlC) 2301 Lucien Way, Suite 120 Maitland, FL 32751 Attention: Betty Kamara, Contracts Administrator 5. The County hereby consents to SAlC assumption ofthe Agreements. No waivers of performance or extensions of time to perform are granted or authorized. The County will treat SAlC as the Consultant for all purposes under the Agreement. 1 Packet Page -1140- . 4/26/2011 Item 16.E.2. . IN WI1NESS WHEREOF, the undersigned have executed and delivered this Assumption Agreement effective as of the date first above written. FOR COLLIER COUNTY: A TIEST: DWIGHT E. BROCK, Clerk BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: , Deputy Clerk By: FRED W. COYLE. CHAIRMAN FOR Sci~~rAJlplications International Corporation (SAle) Jr.''1.... \ ~.'--- By: i.l '\ If Betty Klllliara, Contract Administrator I \l.~,i'.f L Date: March 8. 20 I I 1fJb/I Attest: ~ C8l'fJ6ftite geeF8taFy Nate Counsell" Division Manager Date: March 8. 2011 Approved as to form and ega). deney: w 2 Packet Page -1141-