CITY OF ELK GROVE. Invitation to Bid. For. Barracuda Backup Appliance Upgrade

Similar documents
CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF ELK GROVE. Sale of Surplus Palm Trees. Located At The. Proposed Sports Complex Property

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

FIXTURE TERMS & CONDITIONS Materials & Goods

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

Deluxe Corporation Purchase Terms and Conditions

Imperial Plastics, Incorporated. PURCHAS E ORDER STANDARD TERMS AND CONDITIONS (1/2016 version)

COUNTY OF COLE JEFFERSON CITY, MISSOURI

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

RFP GENERAL TERMS AND CONDITIONS

a. Article(s) Goods and/or services described on the face of the Purchase Order

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Union College Schenectady, NY General Purchasing Terms & Conditions

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

TERMS AND CONDITIONS

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

STANDARD TERMS AND CONDITIONS OF SALE

7/14/16. Hendry County Purchase Order Terms and Conditions

ST. LOUIS COMMUNITY COLLEGE E-BID FORM

GENERAL TERMS AND CONDITIONS

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Request for Proposals. For SOLID WASTE AND RECYCLING PROGRAM NEEDS ASSESSMENT AND LONG-RANGE STRATEGIC PLAN

INSTRUCTIONS TO BIDDERS

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

City of Beverly Hills Beverly Hills, CA

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

TERMS AND CONDITIONS OF SALE

PROPOSAL LIQUID CALCIUM CHLORIDE

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

Subcontract Agreement

TERMS AND CONDITIONS OF SALE

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

PURCHASE ORDER ACKNOWLEDGEMENT

Dickinson College Purchase Order Terms and Conditions

AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

ANNEX A Standard Special Conditions For The Salvation Army

Transurban Standard Terms and Conditions

Fontaine Commercial Trailer. Terms and Conditions of Purchase Guide

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

OGC-S Owner-Contractor Construction Agreement

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof.

Purchase Order Terms and Conditions

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SURPLUS BID ATTACHMENT

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

FleetPride, Inc. Standard Terms and Conditions of Purchase

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

EXHIBIT G. Insurance Requirements. [with CCIP]

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4.

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

PURCHASING DEPARTMENT

ITB R Addendum # 1 Dairy Delivery THE FOLLOWING CLARIFICATIONS TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED.

AIA Document A201 TM 1997

Atlantis Industries Corporation Terms and Conditions

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

COUNTY OF OSWEGO PURCHASING DEPARTMENT

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CONTRACT FOR SERVICES RECITALS

PURCHASING DEPARTMENT

Purchase Order Terms and Conditions

TERMS AND CONDITIONS OF SALE ISO Process Document Z-1012 Revised September 14, 2012

Independent Contractor Agreement Form

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the

PURCHASING DEPARTMENT

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

CONSULTANT SERVICES AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

HEATING AND COOLING SYSTEM MAINTENANCE

Transcription:

CITY OF ELK GROVE Invitation to Bid For Barracuda Backup Appliance Upgrade City Clerk s Office City of Elk Grove 8401 Laguna Palms Way Elk Grove, CA 95758 Bids Due by 3:00 PM, August 24, 2017

Introduction: The City of Elk Grove (City) is accepting Bids from qualified Suppliers (Supplier(s)) for goods in accordance with the included specifications, terms, and conditions shown in this Invitation to Bid (ITB). Prospective respondents are advised to read this information over carefully prior to submitting a Bid. One (1) signed Bid shall be submitted to the Office of the City Clerk no later than 3:00pm on August 24, 2017. Bids shall be opened and tabulated by or on behalf of the City Clerk at the City Clerk s designated office immediately after 3:00pm on said Wednesday, August 24, 2017. Any Bids received after the time specified shall be returned unopened. Bids shall be submitted in a sealed envelope clearly marked Barracuda Backup Upgrade and addressed to: OFFICE OF THE CITY CLERK CITY OF ELK GROVE 8401 Laguna Palms Way Elk Grove, CA 95758 Questions regarding this ITB are to be directed by e-mail to: Nicole Guttridge, IT Administrator, nguttridge@elkgrovecity.org. Such contact shall be for clarification purposes only. The City must receive all questions no later than August 17, 2017. Material changes, if any, to the scope of work or Bid procedures shall only be transmitted by written addendum and posted to the City web site. Addendums and answers to submitted questions will be available via the City of Elk Grove web site under Notice for the Bid announcement. Bids shall not be accepted by fax or electronically. Late Bids: Bids arriving after the specified date and time shall not be considered, nor will late Bids be opened. Each Supplier assumes responsibility for timely submission of its Bid. Withdrawal or Modifications of Bids: Any Bid may be withdrawn or modified by a written request signed by the Supplier and received by the City Clerk prior to the final time and date for the receipt of Bids. Once the deadline is past, Suppliers are obligated to fulfill the terms of their Bid. Bid Acceptance and Rejection: The City reserves the right to accept any Bid, reject any and all Bids, and to call for new Bids or dispense with the Bid process in accordance with the Elk Grove Municipal Code. Bid Evaluation and Award: A contract may be awarded to the responsible Supplier with the lowest responsive Bid taking into consideration price and adherence to the included specifications, except as otherwise provided by the Elk Grove Municipal Code. The City shall enter into an agreement with the successful Supplier for the specified good and/or commodities. A contract may be awarded to the next lowest responsible Supplier if the successful Supplier refuses or fails to execute the contract. Bid results will be posted on the City s website under Proposals/Bids, Bid Results. Nothing herein shall obligate the City to award a contract to any of the responding Suppliers. Disclosure of Submitted Materials: After selection and execution of the contract(s), (or prior thereto if required by law) all information and materials provided in each submittal received is subject to disclosure through a public records request pursuant to the California Public Records Act, or otherwise as may be required by law. The City, in its sole discretion, may release any submitted materials, regardless of whether such materials are marked by respondents as confidential or otherwise as protected.

Waiver of Irregularities: The City retains the right, in its sole discretion, to waive any irregularities in Bids that do not comply with the strict requirements of this ITB, and the City reserves the right to award a contract to a Supplier submitting any such non-compliant Bid, all in the City s sole discretion. Local Vendor Preference: A bid or proposal from a local vendor for commodities, equipment, and general services will be tabulated as if it were five (5%) percent below the figure actually set forth in the bid or proposal, up to a maximum preference of Fifty Thousand and no/100th ($50,000.00) Dollars per bid or proposal, to account for the financial advantages accruing to the City by the award of a bid to a local vendor. Bids or proposals submitted in response to this ITB will be evaluated on the basis of a local preference of five (5%) percent of the bid or proposal price. "Local vendor" means a person or legal entity which has a place of business (other than a post office box) within the City and has a valid, current business license issued by the City. To qualify as a local vendor for the purposes of Section 3.42.230 of this Code, the vendor shall submit with its bid or proposal a completed City-provided affidavit that documents the following: 1) the business has a facility with a City of Elk Grove address, 2) the business has, during at least one (1) year immediately preceding the submission of the bid or proposal, attributed sales tax to the City of Elk Grove, and 3) the business has had a City of Elk Grove business license for at least one (1) year prior to the submission of the bid or proposal. The affidavit can be obtained by accessing the Request for Bid and Bids section of the City web site, http://www.elkgrovecity.org/community/request-for-bid.asp. Validity of Pricing: Suppliers are required to provide line item descriptions and pricing, applicable sales tax, and a total final price. No cost increases shall be passed onto the City after the Bid has been submitted. All prices quoted shall be C.I.F. (Cost, Insurance, Freight) to the destination designated by the City, freight prepaid (Supplier pays and bears freight, insurance and unloading charges; Supplier owns goods in transit and must file any third-party claims for losses incurred during shipment). Each item must be listed separately. No attempt shall be made to tie any item or items contained in this ITB with any other business with the City; each Bid must stand on its own. No Guarantee of Usage: Any quantities listed in this ITB are estimated or projected and are provided for tabulation and information purposes only. No guarantee of quantities is given or implied by the City. Supplier must furnish the City s needs as they arise. Samples and Demonstrations: When required, the City may request full demonstrations prior to award. When such demonstrations are requested, the Supplier shall respond promptly and arrange a demonstration at a convenient location. Failure to provide samples or demonstrations as specified by the City may result in rejection of a Bid. Use of Other Governmental Contracts: The City reserves the right to reject any part or all of any Bids received and utilize other available governmental contracts. Piggybacking: Piggybacking is a form of intergovernmental cooperative purchasing in which an entity will be extended the same pricing and terms of a contract entered into by another entity. Bidders are requested to indicate on the Bid if they will extend the pricing, terms and conditions of an awarded contract, based on this bid, to other government agencies. If the successful vendor agrees to this provision, participating agencies may enter into a contract with the successful vendor for the purchase of the service and commodities described herein based on the terms,

conditions, prices, and percentages offered by the successful vendor to the City. Minor changes in terms and conditions may be negotiated by participating agencies during the term and following the award of the contract. Any such contract shall be entirely independent and separate from the City and City shall have no obligation relating to any third party contract. Qualification/Inspection: Bids will only be considered from Suppliers normally engaged in providing the types of goods/commodities specified herein. By responding to this ITB, the Supplier consents to the City s right to inspect the Supplier s facilities, products, personnel, and organization at any time, or to take any other action necessary to determine Supplier s ability to perform. The City reserves the right to reject Bids where evidence or evaluation is determined to indicate inability to perform. The City reserves the right to interview any or all responding Suppliers and/or to award a contract without conducting interviews. Delivery: The successful Supplier will supply goods/commodities in compliance with the provisions of the contract and provisions of this ITB at the address listed below. Delivery Address: City of Elk Grove Nicole Guttridge / IT Services 8401 Laguna Palms Way Elk Grove, CA. 95758 Acceptance and Conditions The goods/commodities supplied in response to the ITB shall remain the property of the Supplier until a physical inspection is made and the goods/commodities are accepted to the satisfaction of the City. The goods/commodities must comply fully with the terms of the ITB, be of the required quality and new unless specified by the City. Any substitutes of goods/commodities not meeting specifications will be rejected, and returned if applicable, at the Supplier s expense. The City will make payment only after receipt and acceptance of goods/commodities. Other Governmental Entities: If the Supplier is awarded a contract as a result of this ITB, the Supplier shall, if the Supplier has sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the goods/commodities awarded in accordance with the terms and conditions of the ITB. Payment Terms: Payment shall be made as set forth in the Terms and Conditions attached hereto as Attachment B. In submitting Bids under these specifications, Suppliers should take into account all discounts, both trade and time, allowed in accordance with the payment terms. Performance: It is the intention of the City to acquire goods/commodities as specified herein from a Supplier that will give prompt and convenient service. Term of Contract: The City reserves the right to set the term for a period deemed to be in the best interest of the City, and terminate the contract as set forth therein. Amendments: If, in the course of the performance of the contract, Supplier or the City proposes changes to the goods/commodities provided, and informal consultation with the other party indicates that a change in the terms and conditions of the contract may be warranted, Supplier or the City may request a change in the contract. The parties to the contract will meet to discuss and negotiate the required documents. Upon completion of those negotiations, the negotiated documents will be submitted to the City for approval. Upon approval by the City, an amendment to the Contract

will be approved by all parties for the change to be implemented. An amendment shall not render ineffective or invalidate any unaffected portions of the Contract. Nothing in this section obligates the City to agree to any change order or other amendment, and the City may withhold such agreement in its sole discretion. New Merchandise: Unless otherwise required by the specifications of this ITB all goods/commodities furnished must be new and unused. Warranties: The Supplier shall warrant all material, products and labor provided under the contract, in addition to any manufacturers warranties that may also apply. Warranty periods and terms must be included in responses to Bid. The awarded Supplier, as the contracting party, shall be considered primarily responsible to the City for all warranty service, parts, and labor applicable to the goods/commodities provided by Supplier irrespective of whether Supplier is an agent, broker, fabricator, or manufacturer s dealer. Supplier shall be responsible for ensuring that warranty work is performed at a local agency or facility convenient to the City, to the extent a local agency or facility is available, and that services, parts, and labor are available and provided to meet the City s schedules and deadlines. Supplier may establish a service contract with a local agency satisfactory to the City, to meet this obligation if Supplier does not ordinarily provide warranty service. All such non-contractor warranty service, parts, and labor must be clearly identified in the Bid. Substitution: If Supplier elects to propose an alternate manufacturer s item that is of the same or better quality, samples of the items to be substituted are to be submitted with the Bid. The sample must be readily identified with the manufacturer s name and model number or order number, along with the suppliers name and phone number. All substitutions must be proposed as options and clearly identified as a substitution. Guarantee of Continuity and Availability Products: Unless the manufacturer discontinues the goods/commodities, all goods/commodities specified by the Supplier in their Bid shall be available to the City during the life of the contract and extensions. All material, color, labor, and construction shall equal or exceed the standards set forth in these specifications as accepted by the City. Service and support: All Suppliers shall explain how all on-going service and support shall be handled by the Supplier and the City of Elk Grove. Records: The Supplier shall maintain complete and accurate records with respect to labor costs, material expenses, and other such information required by City that relates to the delivery of goods/commodities under the contract. The Supplier shall maintain adequate records of goods/commodities delivered in sufficient detail to permit an evaluation of services and goods/commodities. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible and in a form acceptable to the City, which the City may specify and change from time to time. The Supplier shall provide free access to the representatives of City or its designees, at reasonable times, to such books and records, shall give City the right to examine and audit said books and records, shall permit City to make transcripts there from as necessary, and shall allow inspection of all work, data, documents, proceedings, and activities related to the contract. Such records, together with supporting documents, shall be maintained for City s inspection for a period of at least three (3) years after receipt of final payment. (See next page for Guidelines for Bid)

Guidelines for Bid The following guidelines are provided for standardizing the preparation and submission of Bids. The intent is to assist respondents in the preparation of their submissions and to assist the City by simplifying the review process providing standards for comparison of submissions. Statements submitted in response to this ITB shall include a complete response to the requirements in this section in the order presented. Statements should be a straightforward delineation of the respondent s capability to satisfy the intent and requirements of this ITB, and should not contain redundancies and conflicting statements. Bids shall be printed double sided, submitted on 8-1/2 x 11 recycled paper, with easy to read font size and style. Pages shall be numbered, tabbed, and bound (spiral / comb / three ring binder). Tabbed dividers should separate and identify the response items described below. One (1) signed Bid shall be submitted to the Office of the City Clerk no later than 3:00pm on 08.24.2017. Bids shall be opened and tabulated by or on behalf of the City Clerk at the City Clerk s designated office immediately after 3:00pm on said Wednesday, 08.24.2017. Any Bids received after the time specified shall be returned unopened. Bids shall be submitted in a sealed envelope clearly marked Barracuda Backup Upgrade and addressed to: OFFICE OF THE CITY CLERK CITY OF ELK GROVE 8401 Laguna Palms Way Elk Grove, CA 95758 Bids shall contain the following information in the order listed: 1. Introductory letter The introductory letter should be addressed to: Nicole Guttridge IT Administrator City of Elk Grove 8401 Laguna Palms Way Elk Grove, CA 95758 The letter shall include the Supplier s name submitting the Bid, their mailing address, telephone number, and contact name. The letter shall address the Supplier s understanding of the project based on this ITB and any other information the Supplier has gathered. Include a statement discussing the Supplier s interest and qualifications for this type of work. A principal of the firm authorized to legally bind the firm shall sign the letter. 2. Table of Contents The supplier shall insert a comprehensive table of contents denoting sections three through nine of the Bid as indicated below. 3. Work Plan The work plan must state the Supplier s ability to meet each specification as outlined in this document. The work plan should address the items of work as described in this ITB. The plan should be simple, easy to read and follow, and address and satisfy the objectives and specifications as listed in the Scope of Work in this ITB. The work plan must include a description of the offered warranty periods, terms, and limitations if any. 4. Conflict of Interest Statement Any activities or relationships of the Supplier that might create a conflict of interest for the Supplier or the City, and, if such activities or relationships exist, a description of the facts, legal implications, and possible effects sufficient to permit the City to appreciate the significance of the conflict and to grant any conflict waiver, if appropriate and necessary.

5. Supportive Information/References This section may include graphs, charts, photos, resumes, references, and any other relevant information in support of the Supplier s qualifications. 6. Pricing This section should include the cost for requested goods/commodities outlined in the Scope of Work and must specifically itemize the costs for the goods/commodities listed under the Specifications section of the Scope of Work. Suppliers are required to provide line item descriptions and pricing, applicable sales tax, and a total final price. No cost increases shall be passed onto the City after the Bid has been submitted. Tax is to be listed as a separate line item. 7. Delivery Indicate the approximate date of delivery to the City, at the specified address as listed in the ITB. 8. Standard Terms and Conditions: Attached to the ITB (Attachment B) is a copy of the City s standard Terms and Conditions (T&Cs). The City s standard T&Cs may be modified, in the City s sole discretion, to address the specific provisions of this ITB. Please review the T&Cs carefully and note in your Bid any exceptions or alterations to the T&Cs. Alterations or changes to the T&Cs that are not in the Supplier s response shall not be allowed after the selection of the Supplier. By requiring these requests up front, the City can compare all respondents on an equal basis. However, the City reserves the right, in its sole discretion, to accept or reject any and all proposed changes to the City s standard T&Cs (See next page for Scope of Work)

SCOPE OF WORK Specifications: The City is upgrading from a Barracuda Backup 890 Appliance to a 990. System replacement shall include (BBS990A) Barracuda Backup Server Model 990 (BBS990A-E3) 3 Years Energize Updates (BBS990A-H3) 3 Years Instant Replacement (BBS990A-B3) 3 Years Unlimited Cloud Storage Applicable Taxes and Shipping. Please include any applicable credits for trading in the 890 hardware on the Pricing Schedule, Attachment A. (See next page for Attachments)

ATTACHMENTS Attachment A: Pricing Schedule Part Number Description Units Unit Cost Order Total BBS900A Barracuda Backup Server Model 990 1 BBS990A-E3 3 Years Energize Updates 1 BBS990A-H3 3 Years Instant Replacement 1 BBS990A-B3 3 Years Unlimited Cloud Storage 1 Taxes Shipping Trade in Credit Total

Attachment B: Standard Terms and Conditions CITY OF ELK GROVE THE FOLLOWING TERMS AND CONDITIONS SHALL APPLY TO ALL PURCHASES OF GOODS AND/OR SERVICES BY OR ON BEHALF OF THE CITY OF ELK GROVE UNLESS SPECIFICALLY PROVIDED OTHERWISE ON THE FIRST PAGE OF THIS PURCHASE ORDER: 1. The goods and/or service provider shall perform services and/or provide goods as described on the face of this document, which shall be governed by the terms and conditions of this Purchase Order. 2. The goods and/or service provider shall not have any public or private interest and shall not acquire directly or indirectly any such interest which conflicts in any manner with the performance of this Purchase Order. 3. The goods and/or service provider shall employ only persons duly licensed by the State of California to provide the goods and/or perform the services required under this Purchase Order for which applicable California law requires a license, subject to prior verification by the City. 4. Either party may terminate this Purchase Order at any time prior to delivery of the goods or services upon written notice to the other party. Mailing, e-mailing, or faxing of such notice shall be equivalent to personal delivery of the notice. Notice shall be deemed to have been given at the time of receipt. 5. This Purchase Order contains all terms and conditions, and constitutes the entire agreement of the parties with respect to the subject matter hereof, and supersedes all previous communications, agreements, representation, quotations, orders, proposals, letters, oral or written promises and understandings. No amendment or modification hereof shall be of any force or effect unless in writing and signed by the party to be bound thereby. 6. The goods and/or service provider shall at the provider s expense, secure and maintain in effect throughout the duration of this Purchase Order, insurance of the types and limits shown below. The provider shall furnish Certificates of Insurance to the City upon request. All insurance policies shall be written with insurance companies licensed to do business in the State of California and having a rating of not less than A IX, according the latest edition of A. M. Best Company, and shall include provisions preventing cancellation of the insurance policy unless fifteen (15) days prior written notice is given to the City. Said cancellation provision shall be so stated on each Certificate of Insurance. 7. Goods and/or service provider shall maintain insurance coverage in not less than the following amounts: Comprehensive General Liability: Coverage to include Premise/Operations, Products/Completed Operations, Independent Service Providers, Broad Form Property Damage, Contractual and Personal Injury on a per project basis. Limits: General Aggregate: $2,000,000.00 Products/Completed Liability $1,000,000.00 Each Occurrence $1,000,000.00 Personal Injury $1,000,000.00 Exclusions relating to Explosion, Collapse, and Underground hazards shall be deleted. Coverage is to be written on an occurrence basis. Products/Completed Operations coverage is to remain in effect for a period of two (2) years after completion of the Project. Coverage shall include all claims arising out of the provider s operations or premises, any person directly or indirectly employed by the provider, and the provider s obligations under this Purchase Order. Worker s Compensation: Worker s compensation insurance shall be provided in accordance with the provisions of the laws of the State of California, including occupational disease provisions, for all employees at the site of the project, and in the event work is sublet, the goods and/or service provider shall require each sub-contractor to maintain Worker s Compensation Insurance. In the event the provider s employees are engaged in hazardous work under this Purchase Order at the project site are not protected under the worker s compensation statutes, the provider shall provide, and cause each sub-contractor, adequate and suitable insurance coverage for the protection of each employee not otherwise provided. Comprehensive Automobile Liability: Coverage shall include all owned, hired, non-owned vehicles, and/or trailers and other equipment required to be licensed. Limits: Combined Single Limit $1,000,000.00 Umbrella for each of the above named insurance policies, except worker s compensations: Limits: Each Occurrence/Aggregate $2,000,000.00 The City of Elk Grove shall be named as an additional independent insured on all insurance policies except Worker s Compensation and Professional Liability. 8. Goods and/or service provider shall defend, indemnify, and hold harmless the City, its officers, employees, and agents from any and all claims, suits, actions, costs, regulatory fines and liability and fees, including attorney fees,

because of any negligent act or omission, or misconduct of the provider, its employees and agents, or its subcontractor(s) connected with the performance of this Purchase Order. Except as to professional liability, such indemnification shall not be limited by reason of the enumeration of any insurance coverage herein provided. 9. Nothing contained herein shall be constructed as prohibiting the City, its officers, agents, or employees, from defending through the selection and use of their own agents, attorneys, and experts, any claims, actions, or suits brought against them. Goods and/or service provider shall be liable for the costs, fees, and expense incurred in the defense of any such claims, actions, or suits. 10. Goods and/or service provider shall not be responsible for any delay in the performance of the Purchase Order, or liable for any costs or damages sustained by the City resulting from such delay, caused by any errors, omissions, and/or negligent acts of the City or their agents, or by changes ordered in the work. In the event of such delay, the goods and/or service provider will proceed with due diligence to alleviate the delay and continue the performance of its obligations under this Purchase Order. Neither party shall be responsible for any delay caused by any contingency beyond their reasonable control, including, but not limited to, force majeure, war or insurrection, fires, natural calamities, riots or demands or requirements of governmental agencies other than the City. 11. Any drawings, survey data, reports, studies, specifications, estimates, maps, computations, and other documents required to be prepared by goods and/or service provider under this Purchase Order shall be the property of the City. 12. The goods and/or service provider shall maintain for a minimum of three (3) years after the completion of the Purchase Order, adequate books, records, and supporting documents to verify the amounts, recipients, and use of all disbursements of funds passing in conjunction with the Purchase Order. The Purchase Order and all books, records and supporting documents related to the Purchase Order shall be available for review and audit by the City and the federal funding entity, if applicable, and the goods and/or service provider agrees to cooperate fully with any audit conducted by the City and to provide full access to all materials. Failure to maintain the books, records, and supporting documents required by this paragraph shall establish a presumption in favor of the City for recovery of any funds paid by the City under the Purchase Order for which adequate books, records and supporting documentation are not available to support their purported disbursements. 13. The City and the goods and/or service provider each bind themselves and their partners, successors, executors, administrators and assigns to the other party of the Purchase Order and to the partners, successors, executors, administrators and assigns of such other party in respect to all covenants of this Purchase Order. Except as above, neither the City nor the goods and/or service provider shall assign, sublet, or transfer its interest in the Purchase Order without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of any public body that may be a party hereto, nor shall it be construed as giving any right or benefits hereunder to anyone other than the City and the provider. 14. Goods and/or service provider shall perform all of the provisions of this Purchase Order with the degree of care and skill ordinarily exercised by members of the same business, industry, trade, or profession currently practicing under the same or similar circumstances. All goods, articles, materials, and/or work provided shall be of good quality and free from all defects, shall conform to any drawings or specifications provided by the City, shall be merchantable and fit for the purpose for which it was purchased, and shall be at all times subject to the City s reasonable inspection, provided, however, that the City s inspection or failure to inspect shall not relieve the provider of any obligation hereunder. If, in the City s reasonable discretion, any goods, articles, materials, and/or work provided fail to conform to the City s specification or are otherwise defective, at the City s discretion, the provider shall either refund any payment by the City or replace same at provider s sole expense. Payment by City shall not constitute a waiver of the foregoing. Nothing herein shall exclude, limit, or impair, any warranty implied by law, including, without limitation, the implied warranty of merchantability or fitness for a particular purpose, or any manufacturer or other express warranties. Nothing herein shall be deemed a waiver of any other remedy available to either party under law or equity. 15. Goods and/or service provider shall be responsible for the accuracy of its services under the Purchase Order and shall promptly make revisions or corrections resulting from its errors, omissions, or negligent acts without additional compensation. The City s acceptance of any of goods or services shall not relieve the provider of its responsibility to subsequently correct any such errors or omissions. 16. Goods and/or service provider shall respond to the City s notice of any errors and/or omissions within one business day of written receipt by the provider of the City s notice. Service provider shall be required to visit the project site if directed by the City. 17. If any provision of this Purchase Order, or the application of such provision, shall be rendered or declared invalid by a court of competent jurisdiction, or by reason of its requiring any steps, actions or results, the remaining parts or portions of this Purchase Order shall remain in full force and effect. 18. No failure of either party to exercise any power given to it hereunder or to insist upon strict compliance by the other party with its obligations hereunder, and no custom or practice of the parties at variance with the terms hereof, nor any payment under this Purchase Order shall constitute a waiver of either party s right to demand exact compliance with terms hereof. 11

19. This Purchase Order shall be governed by the laws of the State of California as to both interpretation and performance. Goods and/or service provider hereby expressly consents to the personal jurisdiction of the State of California. Venue for any action related to this Purchase Order shall be brought in Sacramento County. 20. Notice shall be delivered as follows: if to the City, to the Purchasing Manager, City of Elk Grove, 8401 Laguna Palms Way, Elk Grove, CA 95758. Notice to the goods and/or service provider shall be to the address on the face of this document unless otherwise agreed in writing. 21. Time is of the essence of this Purchase Order. 12