-
REQUEST FOR QUOTE NOTICE
- STANDARD AGREEMENT (STD 213)
-
EXHIBIT A: SCOPE OF WORK (SOW)
- ATTACHMENT 1: A1 WORK AUTHORIZATION
- ATTACHMENT 2: A2: ITSD VENDOR TIMESHEET
-
EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS
-
EXHIBIT B1: COST WORKSHEET
-
EXHIBIT C: GENERAL PROVISIONS
-
EXHIBIT D: ADDITIONAL CONTRACT REQUIREMENTS
-
1. SPECIAL TERMS AND CONDITIONS
- 2. AMENDMENTS
-
3. INSURANCE REQUIREMENTS
-
4. GENERAL PROVISIONS APPLYING TO ALL INSURANCE POLICIES
- 4.1. COVERAGE TERM
- 4.2. POLICY CANCELLATION OR TERMINATION & NOTICE OF NON-RENEWAL
- 4.3. DEDUCTIBLE
- 4.4. PRIMARY CLAUSE
- 4.5. INSURANCE CARRIER REQUIRED RATING
- 4.6. ENDORSEMENTS
- 4.7. INADEQUATE INSURANCE
- 4.8. SATISFYING AN SIR
- 4.9. AVAILABLE COVERAGES/LIMITS
- 4.10. SUBCONTRACTORS
- 4.11. PREMIUMS
- 4.12. REQUIRED INSURANCE
- 4.13. INSURANCE CERTIFICATE
-
1. SPECIAL TERMS AND CONDITIONS
-
EXHIBIT E: GenAI TECHNOLOGY AND USE REPORTING
Warning, this is just a preview of the form. Please do not draft responses on this form as changes will not be saved. Return to the application link and sign up to draft and submit a response.
Download as PDF
Tungsten Software and Support
The details of the solicitation are below. To submit a response, please complete all the necessary fields within this page. You can navigate to different sections using the Table of Contents. You can save your progress by clicking the "Save" button and you can Submit your response by clicking the "Submit and Complete" button. If you have any questions as you draft a response, you can submit a question and receive a response via the Q&A tab during the time frame listed below.
Submission Start and End dates
February 12, 2025 at 12:00 AM - February 18, 2025 at 11:00 AM (Pacific Time (US & Canada))
Q&A Submission Window
February 12, 2025 at 12:00 AM - February 13, 2025 at 11:00 AM (Pacific Time (US & Canada))
COVER PAGE

Notice to Prospective Bidders
Informal Competition Request For Quote
Tungsten Software and Support
2/12/2025,
As a Tungsten reseller, you are invited to review and respond to this contracting opportunity for Tungsten Licenses and Support offered by the Department of Financial Protection and Innovation (DFPI). Refer to EXHIBIT A: SCOPE OF WORK (SOW) for all required services.
1.
KEY ACTION DATES
KEY ACTION DATES | DATE |
---|---|
Release of Solicitation | 2/12/2025 |
Questions Due | 2/13/2025 at 11:00 AM PST |
Responses to Questions | 2/13/2025 |
Response Due Date | 2/18/2025 at 11:00 AM PST |
Anticipated Contract Award | 2/20/2025 |
Anticipated Start Date | 2/25/2025 |
2.
QUESTION SUBMISSIONS
Questions regarding this solicitation must be submitted in writing via the online submission portal by 2/13/2025 at 11:00 AM PST. Verbal information will not be binding on the State unless such information is issued in writing as an addendum.
3.
REQUIRED DOCUMENTS
3.1.
COST WORKSHEET
Please return Cost Worksheet via the online submission portal by 2/18/2025 at 11:00 AM PST. Please ensure insurance requirements and prevailing wages, if applicable, as identified in the sample contract are considered in your quote. DFPI reserves the right to reject any and all bids.
3.2.
STATEMENT OF EXPERIENCE (COMPANY)
Background –Please include a brief summary (no more than one (1) side of one (1) 8.5” x 11” sheet of paper) of the company including the company’s experience with Tungsten, demonstrating the services provided to clients of comparable size and/or nature (public entity) as DFPI.
3.3.
CONSULTANTS' RESUMES
3.4.
COMPANY REFERENCES
Three (3) Bidder References (with satisfactory job performance on similar scope work). References cannot be from DFPI or from the Department of Business Oversight.
3.5.
BIDDER DECLARATION (GSPD-05-105)
Bidder Declaration (GSPD-05-105), which can be viewed and downloaded at the following internet site: https://www.documents.dgs.ca.gov/dgs/fmc/gs/pd/gspd05-105.pdf. Note - Primary Vendor is required to complete the majority of the work.
3.6.
GenAI REPORTING and FACTSHEET (STD 1000)
GenAI Technology Use & Reporting
During the term of the contract, Contractor must notify the State in writing if their services or any work under this contract includes, or makes available, any previously unreported GenAI technology, including GenAI from third parties or subcontractors. Contractor shall immediately complete the GenAI Reporting and Factsheet (STD 1000) to notify the State of any new or previously unreported GenAI technology. At the direction of the State, Contractor shall discontinue the use of any new or previously undisclosed GenAI technology that materially impacts functionality, risk or contract performance, until use of such GenAI technology has been approved by the State.
Failure to disclose GenAI use to the State and submit the GenAI Reporting and Factsheet (STD 1000) may be considered a breach of the contract by the State at its sole discretion and the State may consider such failure to disclose GenAI and/or failure to submit the GenAI Reporting and Factsheet (STD 1000) as grounds for the immediate termination of the contract. The State is entitled to seek any and all relief it may be entitled to as a result of such non-disclosure.
The State reserves the right to amend the contract, without additional cost, to incorporate GenAI Special Provisions into the contract at its sole discretion and/or terminate any contract that presents an unacceptable level of risk to the State.
Additionally, the mandatory GenAI solicitation language has been modified as follows:
The State of California seeks to realize the potential benefits of GenAI, through the development and deployment of GenAI tools, while balancing the risks of these new technologies.
Bidder / Offeror / Contractor must notify the State in writing if their solution or service includes, or makes available, any GenAI, including GenAI from third parties or subcontractors.
The State has developed a GenAI Reporting and Factsheet (STD 1000) to be completed by the Bidder / Offeror / Contractor.
Failure to submit the GenAI Reporting and Factsheet (STD 1000) will result in disqualification of the Bidder / Offeror / Contractor.
Failure to report GenAI to the State may void any resulting contract. The State reserves its right to seek any and all relief it may be entitled to as a result of such non-disclosure.
Upon receipt of a Bidder / Offeror / Contractor GenAI Reporting and Factsheet (STD 1000), the state reserves the right to incorporate GenAI Special Provisions into the final contract or reject bids/offers that present an unacceptable level of risk to the state.
4.
SAMPLE CONTRACT
Please note: The attached sample contract consists of a sample STD 213 and all Exhibits & Attachments. Information displayed in orange font on the attached sample contract is for bidding purposes only and will not appear in the final contract.
5.
FUTURE REQUIRED DOCUMENTS
Please note: In order to award a contract, the apparent winning Contractor will need to complete the below items as directed and provided by the Contract Analyst. If the Contractor does not provide the required documents, DFPI reserves the right to reject the bid and move to the next lowest bid.
5.1.
PAYEE DATA RECORD (STD 204)
Payee Data Record (STD 204), which can be viewed and downloaded.
Upload not required until requested by DFPI
5.2.
CERTIFICATE OF INSURANCE
Certificate of Insurance and its endorsements as identified in EXHIBIT D: ADDITIONAL CONTRACT REQUIREMENTS of the attached sample contract.
Upload not required until requested by DFPI
6.
GENERAL PROVISIONS
Any agreement entered with the State of California, will have the following included by reference:
General Provisions Information Technology, which can be viewed and downloaded at the following internet site: https://www.dgs.ca.gov/-/media/Divisions/PD/PTCS/OPPL/Model-Language/IT/ITGeneralProvisions062122.pdf?la=en&hash=A627F242C01919F872687EC62B8BC6BF41BE876E
7.
RUSSIA SANCTIONS
Please be advised of Executive Order N-6-22 Russia Sanctions. On March 4, 2022, Governor Gavin Newsom issued Executive Order (EO) N-6-22 regarding Economic Sanctions against Russia and Russian entities and individuals. “Economic Sanctions” refers to sanctions imposed by the U.S. government in response to Russia’s actions in Ukraine, as well as any sanctions imposed under state law. By submitting a bid, Bidder represents that it is not a target of Economic Sanctions. Should the State determine Bidder is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for rejection of the Bidder’s bid any time prior to contract execution, or, if determined after contract execution, shall be grounds for termination by the State.
8.
SOLICITATION REVIEW AND COMPARISON
At the time bids are reviewed, each bid shall be checked for the presence or absence of required information in conformance with the submission requirements.
DFPI shall then review bids which meet the submission requirements to determine its responsiveness. If a response is missing information required in either Attachments, it may be deemed not responsive. Further review is subject to DFPI’s discretion.
8.1.
SOLICITATION EVALUATION
1 |
Experience |
|
|
CONTRACTOR EXPERIENCE (Qualitative) |
|
|
Background – brief profile of the company’s and contractor’s experience executing and completing projects. |
10 |
|
Project Manager/Senior Project Manager |
|
|
Project management experience |
7 |
|
Experience working with similar clients' Kofax environments |
10 |
|
Experience completing projects with Kofax system upgrades |
10 |
|
Experience working in Team Foundation |
10 |
|
PMP Certificate |
7 |
|
Bachelor’s Degree in an IT related or Engineering field. Additional qualifying experience may be substituted for the required education on a year-for-year basis |
6 |
|
Technical Architect OR Technical Lead/Senior Technical Lead |
|
|
Technical Architect OR Technical Lead/Senior Technical Lead experience |
5 |
|
Technical hands-on experience as a Solutions Architect/Lead Developer OR Technical Lead/Senior Technical Lead on Kofax Capture software systems development and implementation including:
|
10 |
|
Experience integrating Kofax into NetDocuments systems |
10 |
|
Experience integrating Kofax into SharePoint and SharePoint Online |
10 |
|
Knowledge of Kofax hardware/scanners |
10 |
|
Knowledge and hands on experience with Kodak i5200v and i5250v scanners |
10 |
|
Experience using SQL including running queries |
5 |
2 |
Cost |
|
|
Total Deliverable or Goods Cost as indicated on Cost Worksheet (see below example) |
10 |
|
Hourly rate as indicated on Cost Worksheet (see below example) |
5 |
3 |
References |
|
|
|
5 |
4 |
Small Business (SB) and Disabled Veteran Business Enterprise (DVBE) Participation | |
SB participation as prime or subcontractor(s) | 5 |
|
DVBE participation as prime or subcontractors(s) | 5 |
|
|
Maximum Points |
150 |
Cost evaluation will be based as follows:
Lowest Received Bid (Deliverable and hourly rate)/ Contractor’s Bid (Deliverable and hourly rate) |
X |
Maximum Cost Score |
= |
Cost Score |
Tie Breaker:
In the event of a precise tie between the highest score of a certified small business and the highest score of a certified disabled veteran owned business that is also a small business, the contract will be awarded to the disabled veteran owned small business. All other ties will be decided by coin toss.
8.2.
GENERAL TERMS AND REQUIREMENTS
- DFPI reserves the right at any time to reject any or all bids.
- All bids and related documents submitted in response to this solicitation become public information and the property of the State of California and shall be retained for official purposes.
- All bid development costs are the Bidder's responsibility and shall not be chargeable to DFPI.
- The selected Bidder shall not commence work until the Purchase Order has been fully approved and authorization has been received from DFPI.
9.
DVBE PARTICIPATION
The State has established goals for Disabled Veteran Business Enterprises (DVBE) participating in State contracts. Please review the attached DVBE program requirements package. Bidders must complete and return all the appropriate pages in order for the quote to be considered responsive. The following link directs you to the CA DVBE Participation Requirement Packet that includes the DVBE Incentive table.
https://www.dgs.ca.gov/-/media/Divisions/PD/OSDS/Certification/DVBE/DVBEProgramRequirements.pdf
10.
SB PARTICIPATION
The Small Business regulations, located in the California Code of Regulations (Title 2, Division 2, Chapter 3, Subchapter 8, Section 1896 et. seq.), concerning the application and calculation of the small business preference, small business certification, responsibilities of small business, department certification, and appeals are revised, effective 09/09/04. The new regulations can be viewed at (https://www.dgs.ca.gov/PD/Resources/Page-Content/Procurement-Division-Resources-List-Folder/Notice-of-Rulemaking-Regulations-for-SB-DVBE). Access the regulations by Clicking on “Small Business Regulations” in the right sidebar. For those without Internet access, a copy of the regulations can be obtained by calling the Office of Small Business and DVBE Services at (916) 375-4940.
STANDARD AGREEMENT (STD 213)
Please click the button below to download the attached file.
State of California
Department of Financial Protection & Innovation
Contractor: Intelligent Content Solutions, LLC
Agreement: 2024-ITO-088720
EXHIBIT A: SCOPE OF WORK (SOW)
INTRODUCTION
The Department of Financial Protection and Innovation (DFPI) is seeking a contractor to provide Tungsten Licenses and Support.
1.
AGREEMENT SUMMARY
- Contractor shall provide to the Department of Financial Protection and Innovation (DFPI) all personnel, labor, equipment, tools, supplies, materials, transportation, licenses, permits and insurance to provide Tungsten Licenses and Support. Services to include:
- On-boarding
- Bar Codes
- Enhancements and Defects
- Workstation Settings
- Reports
- Training
- Unanticipated Tasks
- Contractor's rates, specified in Exhibit B-1 Cost Worksheet shall stay in effect for the entire contract term.
2.
LOCATION AND HOURS
- The primary services shall be performed at the locations listed below. Consulting fees shall be charged for time on-premises.
- 1455 Frazee Rd #315, San Diego, CA 92108
-
2101 Arena Blvd., Sacramento, CA 95834
Effective March 8, 2025, the address will change to 651 Bannon Street, Suite 300, Sacramento, CA 95811
- One Sansome Street, Suite 600, San Francisco, CA 94104-4428
- 300 S. Spring Street, Suite 15513, Los Angeles, CA 90013-1259
- 320 West 4th Street, Suite 750, Los Angeles, CA 90013-2344
- The services shall be provided Monday through Friday, 8:00 a.m. through 5:00 p.m. (Except state holidays), unless otherwise requested.
3.
PROJECT REPRESENTATIVES
Either party may make changes to the contact names or information below by giving written notice to the other party. Said changes shall not require an amendment to this Agreement.
The project representatives during the term of this agreement shall be:
State Agency: DFPI | Contractor: Intelligent Content Solutions, LLC |
Name: Cesar Garcia | Name: David Foster |
Phone: 213-215-6004 | Phone: 949-258-8911 |
Email: cesar.garcia@dfpi.ca.gov | Email: davidf@iContentSol.com |
Direct all contractual inquiries to:
State Agency: DFPI |
Contractor: Intelligent Content Solutions, LLC |
Section/Unit: Business Operations Office/Acquisitions Services Unit |
Section/Unit: N/A |
Attention: Lee Peters |
Attention: David Foster |
Address: 2101 Arena Blvd., Sacramento, CA 95834 Effective March 8, 2025, the address will change to 651 Bannon Street, Suite 300, Sacramento, CA 95811 |
Address: 406 Orchid Ave. Unit 333 Corona Del Mar, CA 92625 |
Phone: 530-455-9035 |
Phone: 949-258-8911 |
Fax: N/A |
Fax: 949-398-0782 |
Email: lee.peters@dfpi.ca.gov |
Email: davidf@iContentSol.com |
4.
PERFORMANCE DETAILS
- Contractor is responsible for the work described herein.
- All performance under the agreement shall be completed on or before the termination date of the agreement.
- The Contractor shall not be authorized to deliver or commence performance of services until written approval has been obtained from the Contract Administrator. Any delivery of performance of service commended prior to obtaining all written approvals shall be considered voluntary and will not be compensated.
5.
LICENSES
Contractor shall provide the following renewal for the following Tungsten licenses:
Tungsten Automation (formerly Kofax) Software Maintenance
Standard Support - 1 YR
Commercial Maintenance Part #: MC-KCA-0001 Equivalent Maintenance SLP Part #: MC-1800-0110
Line |
Description |
QTY |
1 |
Part #: AE#T024-001U Kofax Capture - Bundle - Concurrent Station | 4 |
2 |
Part #: AE#T024-001U Kofax Capture - Bundle - Concurrent Station |
3 |
3 |
Part #: EE#T024-001U Kofax Capture - Bundle - Concurrent Station |
1 |
4 |
Part #: AE#VY10-001M Kofax Capture - Bundle - PDF I+T 1M/Yr |
2 |
5 |
Part #: AE#VY10-600K Kofax Capture - Bundle - PDF I+T 600K/Yr |
2 |
6 |
Part #: AE#Y024-001M Kofax Capture - Bundle - Volume 1M/Yr | 1 |
7 |
Part #: AE#Y024-001M Kofax Capture - Bundle - Volume 1M/Yr | 1 |
8 |
Part #: AE#Y024-300K Kofax Capture - Bundle - Volume 300K/Yr | 2 |
9 |
Part #: AE#Y024-600K Kofax Capture - Bundle - Volume 600K/Yr | 1 |
|
Lines 1-9 Production System Serial No: XK43029 : 519284 Contract Term: 3/1/2025 thru 2/28/2026 |
|
10 |
Part #: KCA-PER-P220-001U Kofax Capture - Bundle - Station | 2 |
11 |
Part #: KCA-PER-P220-100U Kofax Capture - Bundle - Volume 100K Pages/Yr | 1 |
|
Lines 10-11 Dev/Test System Serial No: UB11541: CN-00031294 Contract Term: 3/16/2025 thru 3/15/2026 |
|
6.
MINIMUM QUALIFICATIONS
- DFPI reserves the right to request replacement of Contractor's personnel upon reasonable request of DFPI.
-
Company and resources must be located in the United States.
Company Experience Minimum Experience Desired Experience Certified Kofax Partner for a minimum two (2) years Certified Kofax Partner for a minimum five (5) years Project Manager Minimum Experience Desired Experience Three (3) years of broad and extensive PM project experience applying project management (PM) principles, methods, techniques, and tools Five (5) years of broad and extensive PM project experience applying project management (PM) principles, methods, techniques, and tools Three (3) years of project management experience working with similar clients’ Kofax environments Five (5) years of project management experience working with similar clients’ Kofax environments One (1) project with Kofax system upgrade experience One (1) year experience working in Team Foundation PMP Certification Bachelor's degree from an accredited college or university Technical Lead Minimum Experience Desired Experience Kofax Capture 11 Technical Solutions Specialist Certification Kofax Capture 11 Technical Solutions Specialist Certification
Kofax Capture Network Server 10.0 CertificationThree (3) years of experience with Kofax Capture software including
-Troubleshooting
-Testing
-One (1) year configuring Kofax 11Five (5) years of experience with Kofax Capture software including
-Troubleshooting
-Testing
-One (1) year configuring Kofax 11
-Four (4) years configuring Kofax 10.2Experience integrating Kofax into NetDocuments systems Experience integrating Kofax into NetDocuments systems Experience integrating Kofax into SharePoint and SharePoint online Experience integrating Kofax into SharePoint and SharePoint online Knowledge of Kodax hardware/scanners Knowledge of Kodax hardware/scanners Knowledge and hands on experience with Kodak i5200v and i5250v scanners Knowledge and hands on experience with Kodak i5200v and i5250v scanners Three (3) years of experience using SQL including running queries Five (5) years of experience using SQL including running queries
7.
WORK DETAILS
Contractor will work with DFPI on a mutually agreed timeline that fulfills the work described within this agreement.
In collaboration with DFPI staff and Board, the Contractor will provide the following services:
- Task 1. On-boarding
- Attend On-boarding orientation
- Complete required forms
- Pick-up assigned equipment
- Verify access to various platforms (DOCQNET; TFS; Office 365, including email and/or
- other platforms as necessary)
- Attend pre-planning meeting(s)
- Task 2. Bar Codes
- Add, delete and change barcodes as required.
- Task 3. Enhancements and Defects
- Create, modify or delete new document class, document title, export connectors, field types, index fields, and form type, including, but not limited to, adding, deleting and changing barcodes as required.
- Create new database or modify existing database which will consist of creating fields and values.
- Load Balance – Distribute the Export and PDF feature to a different server, if needed.
- Add Kofax user prompts to ensure validity of data before scan completion.
- Creation custom reports for tracking completed packages, scan usage, error rates, and/or similar metrics.
- Task 4. Workstation Settings
- Configure optimal user settings for existing Kodak scanner.
- Troubleshoot user and/or workstation settings, and profile for optimal resolution and efficiency when scanning.
- Task 5. Reports
- Have a report on tasks and events for each Work Authorization completed.
- Quarterly report on page counts.
- Task 6. Training
- It is expected to have training, details will be included in the Work Authorization.
- Provide technical training to DFPI IT staff on any changes to Kofax Systems, new features and/or features that will help the scan process be more efficient for our staff.
- Task 7. Unanticipated Tasks
- In the event additional work must be performed which was wholly unanticipated and is not specified in the Statement of Work, but which in the opinion of both parties is necessary to the successful accomplishment of the general scope of work outlined, the procedures outlined in “Work Authorization” section (Exhibit A, Attachment 1) will be employed.
8.
CONTRACT TERM AND BUDGET
A. CONTRACT TERM:
The term dates of this contract shall be 2/25/2025-3/15/2026.
B. CONTRACT BUDGET:
The total budget of this contract shall not exceed $64,991.92. The budget includes the cost of the licenses listed in section 5 and costs allocated for Tungsten enhancements, support services, and additional licenses as needed.
9.
AMENDMENTS
This Agreement may be amended for time or/and money upon mutual written consent by both parties. DFPI reserves the right to amend this agreement for two additional years and/or additional funding, up to $100,000.
ATTACHMENT 1: A1 WORK AUTHORIZATION
Please click the button below to download the attached file.
ATTACHMENT 2: A2: ITSD VENDOR TIMESHEET
Please click the button below to download the attached file.
State of California
Department of Financial Protection & Innovation
Contractor: Intelligent Content Solutions, LLC
Agreement: 2024-ITO-088720
EXHIBIT B: BUDGET DETAIL AND PAYMENT PROVISIONS
1.
INVOICING AND PAYMENT
- For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, and made a part of this Agreement, identified in Budget Detail and Payment Provisions, SECTION 4.
PAYMENT DETAIL. No travel will be reimbursed.
For Tungsten lincense exclusively, the Contractor shall be paid in advance annually based upon receipt of a correct invoice. The Contractor’s invoices must describe the subscription service provided. The State agrees to compensate the Contractor for the annual subscription service with the rates specified here in, and made a part of this agreement, identified in Budget Detail and Payment Provisions, SECTION 4. PAYMENT DETAIL.
Invoices shall include the Agreement Number, 2024-ITO-088720, and shall be submitted electronically not more frequently than monthly in arrears to:
Department of Financial Protection and Innovation
Attn: Accounting Office
accountingap@DFPI.ca.gov
Invoices shall include the following:
Agreement Number 2024-ITO-088720
Work Authorization #
Task #
Deliverable
-
Personnel, Rate and Hours
2.
BUDGET CONTINGENCY CLAUSE
-
It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and Contractor shall not be obligated to perform any provisions of this Agreement.
- If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program, the State shall have the option to either cancel this Agreement with no liability occurring to the State or offer an agreement amendment to Contractor to reflect the reduced amount.
3.
PROMPT PAYMENT CLAUSE
Payment will be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section 927.
4.
PAYMENT DETAIL
In accordance with +SECTION 1. INVOICING AND PAYMENT, Item 1.A., DFPI shall pay Contractor the subscription license and support costs identified on EXHIBIT B-1 COST WORKSHEET.
State of California
Department of Financial Protection & Innovation
Contractor: Intelligent Content Solutions, LLC
Agreement: 2024-ITO-088720
EXHIBIT B1: COST WORKSHEET
COST WORKSHEET
Awarded vendor’s Cost Worksheet will be inserted here in the final agreement.
State of California
Department of Financial Protection & Innovation
Contractor: Intelligent Content Solutions, LLC
Agreement: 2024-ITO-088720
EXHIBIT C: GENERAL PROVISIONS
GENERAL PROVISIONS
Any agreement entered with the State of California, will have the following included by reference:
General Provisions Information Technology, which can be viewed and downloaded at the following internet site: https://www.dgs.ca.gov/-/media/Divisions/PD/PTCS/OPPL/Model-Language/IT/ITGeneralProvisions062122.pdf?la=en&hash=A627F242C01919F872687EC62B8BC6BF41BE876E
State of California
Department of Financial Protection & Innovation
Contractor: Intelligent Content Solutions, LLC
Agreement: 2024-ITO-088720
EXHIBIT D: ADDITIONAL CONTRACT REQUIREMENTS
1.
SPECIAL TERMS AND CONDITIONS
1.1.
EXCISE TAX
The State of California is exempt from federal excise taxes, and no payment will be made for any taxes levied on employees' wages. The State will pay for any applicable State of California or local sales or use taxes on the services rendered or equipment or parts supplied pursuant to this Agreement. The State of California may pay any applicable sales and use tax imposed by another State.
1.2.
SETTLEMENT OF DISPUTES
In the event of a dispute, the Contractor shall file a "Notice of Dispute" with the Department of Financial Protection and Innovation (DFPI), Commissioner, within ten (10) days of discovery of the problem. Within ten (10) business days, the Commissioner shall meet with the Contractor and Project Manager for purposes of resolving the dispute. The decision of the Commissioner shall be final. In the event of a dispute, the language contained within this Agreement shall prevail over any other language including that of the bid proposal.
1.3.
AGENCY LIABILITY
The Contractor warrants by execution of this Agreement, that no person or selling agency has been employed or retained to solicit or secure this Agreement upon agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the State shall, in addition to other remedies provided by law, have the right to annul this Agreement without liability, paying only for the value of the work performed, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee.
1.4.
POTENTIAL SUBCONTRACTORS
Nothing contained in this Agreement or otherwise, shall create any Contractual relation between the State of California and any subcontractors, and no subcontract shall relieve the Contractor of his/her responsibilities and obligations hereunder. The Contractor agrees to be as fully responsible to the State of California for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the Contractor. The Contractor's obligation to pay its subcontractors is an independent obligation from the State of California obligation to make payments to the Contractor. As a result, the State of California shall have no obligation to pay or enforce the payment of any money to any subcontractor.
1.5.
CONFIDENTIALITY OF DATA
The Software Management Policy requires that State Contractors certify they have appropriate systems and controls in place to ensure that State funds will not be used in the performance of a Contract for the acquisition, operation, or maintenance of computer software in violation of copyright laws. These requirements are incorporated as standard language in Contracts awarded by the State.
All financial, statistical, personal, technical, and other data and information relating to DFPI operations which are designated confidential by the DFPI and made available to the Contractor in order to carry out this Agreement/Contract, shall be protected by the Contractor from unauthorized use and disclosure. No reports, information, discoveries, or data obtained, assembled, or developed by the Contractor pursuant to this Contract shall be released, published, or made available to any individual/entity without prior written approval from the DFPI. The Contractor shall retain as confidential all recommendations made to the DFPI, all discussions between staff of DFPI and the Contractor and all communications, written, oral or electronic, between the Contractor and the DFPI.
The Contractor shall not be required under the provisions of this paragraph to keep confidential any data or information, which is or becomes publicly available, is already rightfully in the Contractor's possession, is independently developed by the Contractor outside the scope of this Agreement or is rightfully obtained from third parties.
1.6.
EXECUTIVE ORDER N-6-22 – RUSSIA SANCTIONS
On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (the EO) regarding Economic Sanctions against Russia and Russian entities and individuals. “Economic Sanctions” refers to sanctions imposed by the U.S. government in response to Russia’s actions in Ukraine, as well as any sanctions imposed under State law. By submitting a bid or proposal, Contractor represents that it is not a target of Economic Sanctions. Should the State determine Contractor is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for rejection of the Contractor’s bid/proposal any time prior to Contract execution, or, if determined after Contract execution, shall be grounds for termination by the State.
1.7.
CANCELLATION
The Department of Financial Protection and Innovation (DFPI) reserves the right to cancel the Agreement with thirty (30) days advance written notice to the Contractor. Upon cancellation or termination of the contract, the contractor shall refund all advance payments no later than 30 days after cancelation notification.
1.8.
STOP WORK ORDER
The DFPI reserves the right to issue an order to stop work in the event that a dispute should arise, or in the event that State gives Contractor notice that the Agreement will be terminated. The stop-work order will be in effect until the dispute has been resolved or the Agreement has been terminated. Upon cancellation or termination of the contract, the contractor shall refund all advance payments no later than 30 days after cancellation notification.
2.
AMENDMENTS
The DFPI reserves the right to amend this agreement under mutual signed agreement by both parties and approved by Department of General Services (DGS) or California Department of Technology (CDT), if applicable Office of Legal Services. The Contract may require an amendment as a result of project review, changes and additions, changes in project scope, or availability of funding.
3.
INSURANCE REQUIREMENTS
3.1.
COMMERCIAL GENERAL LIABILITY
Contractor shall maintain general liability on an occurrence form with limits not less than $1,000,000 per occurrence and $2,000,000 aggregate for bodily injury and property damage liability. The policy shall include coverage for liabilities arising out of premises, operations, independent Contractors, products, completed operations, personal and advertising injury, and liability assumed under an insured Agreement. This insurance shall apply separately to each insured against which claim is made, or suit is brought subject to the Contractor’s limit of liability. The policy must name The State of California, its officers, agents, and employees as additional insured, but only with respect to work performed under the Contract.
3.2.
AUTOMOBILE LIABILITY
If Contractor has commercially owned autos, Contractor shall maintain motor vehicle liability with limits not less than $1,000,000 combined single limit per accident. Such insurance shall cover liability arising out of a motor vehicle including owned, hired, and non-owned motor vehicles. The policy must name The State of California, its officers, agents, and employees as additional insured, but only with respect to work performed under the Contract.
If the Contractor has personally owned autos, by signing this Agreement, the Contractor certifies that the Contractor and any employees, subcontractors or servants possess valid automobile coverage in accordance with California Vehicle Code Sections 16450 to 16457, inclusive. The State reserves the right to request proof at any time.
If auto ownership is unknown, Contractor shall maintain motor vehicle liability with limits not less than $1,000,000 combined single limit per accident. Such insurance shall cover liability arising out of a motor vehicle including owned, hired, and non-owned motor vehicles. The policy must name The State of California, its officers, agents, and employees as additional insured, but only with respect to work performed under the Contract.
If Contractor will not have any commercially owned vehicles used during the life of this Agreement, by signing this Agreement, the Contractor certifies that the Contractor and any employees, subcontractors or servants possess valid automobile coverage in accordance with California Vehicle Code Sections 16450 to 16457, inclusive. The State reserves the right to request proof at any time.
3.3.
WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY
The Contractor shall maintain statutory worker’s compensation and employer’s liability coverage for all its employees who will be engaged in the performance of the Contract. In addition, employer’s liability limits of $1,000,000 are required. If applicable, Contractor shall provide coverage for all its employees for any injuries or claims under the U.S. Longshoremen’s and Harbor Workers’ Compensation Act, the Jones Act or under laws, regulations, or statutes applicable to maritime employees. By signing this Contract, Contractor acknowledges compliance with these regulations. A Waiver of Subrogation or Right to Recover endorsement in favor of the State of California must be attached to the certificate.
3.4.
PROFESSIONAL LIABILITY
If Contract has exposure of a professional nature, including Consultants, Doctors, Engineers, and other professions, Contractor shall maintain Professional Liability covering any damages caused by a negligent error, act, or omission with limits not less than $1,000,000 per claim and $2,000,000 policy aggregate. The Retroactive Date must be shown and must be before the date of the Contract or the beginning of Contract work. Insurance must be maintained, and evidence of insurance must be provided for at least five (5) years after completion of the Contract of work. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a Retroactive Date prior to the Contract effective date, the Contractor must purchase “extended reporting” coverage for a minimum of five (5) years after completion of work.
3.5.
MOTOR TRUCK CARGO LEGAL LIABILITY
If the Contractor will be transporting State property, Contractor shall maintain Motor Truck Cargo Legal Liability with a limit no less than the full amount of State-owned property, materials, and/or equipment being transported. The policy coverage shall be on a Special Coverage Form including loading & unloading.
3.6.
BAILEE’S LEGAL LIABILITY
If the Contractor will have State property in their care, custody, and/or control, including State property on their premise for storage, repair, and other conditions, Contractor shall maintain Bailee’s Legal Liability with a limit equal to the replacement value of State-owned property in Contractor’s care, custody, and control. The Contractor’s policy also must include coverage for state property, which is destroyed, including but not limited to by the following perils of fire, lightning, theft, burglary, robbery, windstorm, explosion, collision, floor, sprinkler leak, and earthquake.
4.
GENERAL PROVISIONS APPLYING TO ALL INSURANCE POLICIES
4.1.
COVERAGE TERM
Coverage needs to be in force for the complete term of the Contract. If insurance expires during the term of the Contract, a new certificate must be received by the State at least ten (10) days prior to the expiration of this insurance. Any new insurance must still comply with the original terms of the Contract.
4.2.
POLICY CANCELLATION OR TERMINATION & NOTICE OF NON-RENEWAL
Contractor and/or Permittee is responsible to notify the State within five business days before the effective date of any cancellation, non-renewal, or material change that affects required insurance coverage. In the event Contractor and/or Permittee fails to keep in effect at all times the specified insurance coverage, the State may, in addition to any other remedies it may have, terminate this Contract upon the occurrence of such event, subject to the provisions of this Contract.
4.3.
DEDUCTIBLE
Contractor and/or Permittee is responsible for any deductible or self- insured retention contained within their insurance program.
4.4.
PRIMARY CLAUSE
Any required insurance contained in this Contract shall be primary, and not excess or contributory, to any other insurance carried by the State.
4.5.
INSURANCE CARRIER REQUIRED RATING
All insurance companies must carry a rating acceptable to the Office of Risk and Insurance Management. If the Contractor and/or Permittee is self-insured for a portion or all its insurance, review of financial information including a letter of credit may be required.
4.6.
ENDORSEMENTS
Any required endorsements requested by the State must be physically attached to all requested certificates of insurance and not substituted by referring to such coverage on the certificate of insurance.
4.7.
INADEQUATE INSURANCE
Inadequate or lack of insurance does not negate the Contractor and/or Permittee’s obligations under the Contract.
4.8.
SATISFYING AN SIR
All insurance required by this Contract must allow the State to pay and/or act as the Contractor’s agent in satisfying any self-insured retention (SIR). The choice to pay and/or act as the Contractor’s agent in satisfying any SIR is at the State’s discretion.
4.9.
AVAILABLE COVERAGES/LIMITS
All coverage and limits available to the Contractor shall also be available and applicable to the State, regardless of the minimum limits required in Section three (3) Insurance Requirements.
4.10.
SUBCONTRACTORS
In the case of the Contractor and/or Permittee’s utilization of subcontracts to complete the Contracted Scope of Work (SOW), the Contractor and/or Permittee shall include all subcontractors as insured under the Contractor and/or Permittee’s insurance or supply evidence of insurance to the State equal to policies, coverages and limits required of the Contractor and/or Permittee.
4.11.
PREMIUMS
The Contractor/Permittee shall be responsible for any premium, deductible or self-insured retention in connection with any Required Insurance.
4.12.
REQUIRED INSURANCE
By requiring the insurance herein, the Department does not represent that the insurance coverage and limits will necessarily be adequate to protect the Contractor/Permittee and such coverage and limits shall not be deemed as a limitation on the Contractor’s/Permittee’s liability under the indemnities granted to the Department in this Contract.
4.13.
INSURANCE CERTIFICATE
The Contractor shall provide an insurance certificate evidencing the required insurance coverage before work commences under this Agreement.
State of California
Department of Financial Protection & Innovation
Contractor: Intelligent Content Solutions, LLC
Agreement: 2024-ITO-088720
EXHIBIT E: GenAI TECHNOLOGY AND USE REPORTING
GenAI TECHNOLOGY USE AND REPORTING
During the term of the contract, Contractor must notify the State in writing if their services or any work under this contract includes, or makes available, any previously unreported GenAI technology, including GenAI from third parties or subcontractors. Contractor shall immediately complete the GenAI Reporting and Factsheet (STD 1000) to notify the State of any new or previously unreported GenAI technology. At the direction of the State, Contractor shall discontinue the use of any new or previously undisclosed GenAI technology that materially impacts functionality, risk or contract performance, until use of such GenAI technology has been approved by the State.
Failure to disclose GenAI use to the State and submit the GenAI Reporting and Factsheet (STD 1000) may be considered a breach of the contract by the State at its sole discretion and the State may consider such failure to disclose GenAI and/or failure to submit the GenAI Reporting and Factsheet (STD 1000) as grounds for the immediate termination of the contract. The State is entitled to seek any and all relief it may be entitled to as a result of such non-disclosure.
The State reserves the right to amend the contract, without additional cost, to incorporate GenAI Special Provisions into the contract at its sole discretion and/or terminate any contract that presents an unacceptable level of risk to the State.