-
ADDENDUM ONE (1) SUMMARY OF CHANGES
-
SB OPTION NOTICE
- COVER PAGE
- 1. PURPOSE
- 2. TERM OF CONTRACT AND AVAILABLE FUNDING
- 3. KEY ACTION DATES
- 4. QUESTION SUBMISSIONS
-
5. REQUIRED DOCUMENTS
- 6. SAMPLE CONTRACT
-
7. FUTURE REQUIRED DOCUMENTS
- 8. GENERAL PROVISIONS AND BIDDER INSTRUCTIONS
- 9. RUSSIA SANCTIONS
-
10. SOLICITATION REVIEW AND COMPARISON
- 11. GENAI DISCLOSURE NOTIFICATION CLAUSE
- STANDARD AGREEMENT (STD 213)
-
EXHIBIT A: SCOPE OF WORK (SOW)
-
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: EXHIBIT E: SERVICE LEVEL AGREEMENT
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
2025-OPA-089095 WB Engine Web Hosting (PaaS)
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
July 21, 2025 at 12:00 AM - July 30, 2025 at 3:00 PM (Pacific Time (US & Canada))
Q&A Submission Window
July 21, 2025 at 12:00 AM - July 23, 2025 at 3:00 PM (Pacific Time (US & Canada))
State of California
Department of Financial Protection & Innovation
Solicitation #2025-OPA-089095
SB Option WB Engine Web Hosting
ADDENDUM ONE (1) SUMMARY OF CHANGES
1.
SUMMARY OF CHANGES
ADDENDUM ONE (1)
SUMMARY OF CHANGES AS OF JULY 25, 2025 11:21AM
# | ADDENDUM CHANGE | NOTES |
---|---|---|
1 | Change to section "SECTION 2. TERM OF CONTRACT AND AVAILABLE FUNDING " | SECTION 2. TERM OF CONTRACT AND AVAILABLE FUNDING - The total contract amount has been updated. |
2 | Change to section "EXHIBIT D: ADDITIONAL CONTRACT REQUIREMENTS" | 1.9. CONTRACT TERM AND AUTO-RENEWAL - Required language has been added. |
3 | Change to section SECTION 5.1. COST WORKSHEET | 5.1. COST WORKSHEET - Cost worksheet has been updated. Please use the latest Cost Worksheet when submitting your bid. |
WB Engine Web Hosting (PaaS)
SB Option Solicitation #2025-OPA-089095
COVER PAGE

Notice to Prospective Bidders
Small Business (SB) Option
2025-OPA-089095 WB Engine Web Hosting (PaaS)
July 21, 2025,
As a State of California certified small business (SB), you are invited to review and respond to this contracting opportunity for WB Engine Web Hosting (PaaS) offered by the Department of Financial Protection and Innovation (DFPI). Government Code Section 14838.5 allows state agencies to contract with California certified SB's or for goods, services and information technology for up to $249,999.99 as long as the agency obtains price quotations from two (2) or more certified SB's, including microbusiness(es) (MBs) with the condition that the contract award, if made, is to a California certified SB (MB). Refer to EXHIBIT A: SCOPE OF WORK (SOW) for all required services.
1.
PURPOSE
The purpose of this contract is to obtain Website Hosting services to support the DFPI departmental website with the web address of www.dfpi.ca.gov. The selected bidder will serve as the prime contractor, providing WP Engine website services. The services under this contract may include, but are not limited to:
- Onboarding and hosting of the website
- Performance monitoring and reporting.
- Technical support regarding remediation of errors or service outages
- Website security
2.
TERM OF CONTRACT AND AVAILABLE FUNDING
The term of the contract is three (3) years, with an estimated start date of August 14, 2025 or upon DGS approval whichever is later.
This Agreement shall not exceed $60,480.00 $63,360.00.
DFPI reserves the right to reduce the contract amount to an amount deemed appropriate in the event the budgeted funds do not provide full funding of DFPI contracts. In this event, the Contractor and Project Representative shall meet and reach agreement on a reduced scope of work commensurate with the level of available funding.
3.
KEY ACTION DATES
KEY ACTION DATES | DATE |
---|---|
Release of Solicitation | July 21, 2025 |
Questions Due | July 23, 2025 at 3:00 PM PST |
Responses to Questions | July 25, 2025 |
Response Due Date | July 30, 2025 at 3:00 PM PST |
Anticipated Contract Award | August 5, 2025 |
Anticipated Start Date | August 14, 2025 |
4.
QUESTION SUBMISSIONS
Questions regarding this solicitation must be submitted in writing via the online submission portal by July 23, 2025 at 3:00 PM PST. Verbal information will not be binding on the State unless such information is issued in writing as an addendum.
5.
REQUIRED DOCUMENTS
5.1.
COST WORKSHEET
Please return Cost Worksheet via the online submission portal by July 30, 2025 at 3:00 PM 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.
REQUIRED
5.2.
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.
5.3.
SMALL BUSINESS (SB) CERTIFICATION UPLOAD
Small Business (SB) certification upload.
- This is a single file upload.
- If you have multiple documents, please create a zip file or combined PDF and upload as a single file.
6.
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.
7.
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.
7.1.
PAYEE DATA RECORD (STD 204)
Payee Data Record (STD 204), which can be viewed and downloaded below.
Upload not required until requested by DFPI
7.2.
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
8.
GENERAL PROVISIONS AND BIDDER INSTRUCTIONS
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:
Bidder instructions: https://www.dgs.ca.gov/-/media/Divisions/PD/PTCS/GSPD/Bidders-Instructions.ashx
9.
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.
10.
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.
Bids will be evaluated based on low cost. The bid with the lowest cost will be awarded.
10.1.
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.
11.
GENAI DISCLOSURE NOTIFICATION CLAUSE
The State of California seeks to realize the potential benefits of GenAI, through the development and deployment of GenAI, while balancing the risks of these technologies.
Bidder/Offeror must notify the State in writing if it: (1) intends to provide GenAI as a deliverable to the State; or (2), intends to utilize GenAI, including GenAI from third parties, to complete all or a portion of any deliverable that materially impacts: (i) functionality of a State system, (ii) risk to the State, or (iii) Contract performance. For avoidance of doubt, the term "materially impacts" shall have the meaning set forth in State Administrative Manual (SAM) 4986.2.
Failure to report GenAI to the State may result in disqualification. The State reserves its right to seek any and all relief it may be entitled to as a result of such non-disclosure.
Upon notification by a Bidder/Offeror of GenAI as required, 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.
Government Code 11549.64 defines “Generative Artificial Intelligence (GenAI)” as an artificial intelligence system that can generate derived synthetic content, including text, images, video, and audio that emulates the structure and characteristics of the system’s training data.
STANDARD AGREEMENT (STD 213)
Please click the button below to download the attached file.
State of California
Department of Financial Protection & Innovation
Solicitation #2025-OPA-089095
2025-OPA-089095 WB Engine Web Hosting (PaaS)
EXHIBIT A: SCOPE OF WORK (SOW)
INTRODUCTION
BACKGROUND
The Department of Financial Protection and Innovation (DFPI) provides protection toconsumers and services to businesses engaged in financial transactions. DFPI regulates a variety of financial services, products, and professions, and oversees the operations of state-licensed financial institutions, including banks, credit unions, money transmitters, issues of payment instruments and traveler’s checks, and premium finance companies. Additionally, DFPI licenses and regulates a variety of financial
businesses, including securities brokers and dealers, investment advisers, deferred deposit and certain fiduciaries and lenders, and regulates the Bid and sale of securities, franchises, and off-exchange commodities.
DFPI has five (5) offices, located in four (4) cities: Sacramento, San Francisco, Los Angeles and San Diego. The Sacramento office is the headquarter office and the main information technology hub.
PURPOSE
The Department of Financial Protection and Innovation (DFPI) is seeking a contractor to provide Platform software renewal with WP Engine, Inc., for a website hosting platform as a service (PaaS). The platform will provide web hosting for the public-facing DFPI website.
1.
AGREEMENT SUMMARY
1. AGREEMENT SUMMARY
-
The Contractor TBD (hereinafter referred to as “the Contractor”) agrees to provide the California Department of Financial Protection and Innovation (hereinafter referred to as the “State,” “DFPI,” and/or the “Licensee”) with the WP Engine AWS website hosting platform as a service as listed in the solicitation and on the Cost Worksheet of this Agreement.
-
Licensee Site/Location:
The "Licensee Site" shall mean DFPI, as identified in this Agreement, which Licensee represents, is operated or controlled by the Licensee. The Licensee may change the Licensee Site to another location located within the United States without incurring additional charges.
-
Site location -
Department of Financial Protection and Innovation
651 Bannon Street, STE 300
Sacramento, CA 95811
-
-
License Type: Platform as a Service (PaaS)
-
Term: August 15,2025 to August 14, 2028
-
Installed on: All software associated with this PaaS is installed at the manufacturer's or Contractor's site.
-
Notices:
All notices required by or relating to this Agreement shall be in writing and shall be sent to the parties of this Agreement at their address as set below unless changed from time to time, in which event each party shall notify the other in writing, and all such notices shall be deemed duly given if deposited, postage prepaid, in the United States mail and directed to the
following addresses:
Department of Financial Protection and Innovation
651 Bannon Street, STE 300
Sacramento, CA 95811
-
Service Level Agreement:
Contractor shall abide by WB Engine Inc. Service Level Agreement, found in EXHIBIT E: SERVICE LEVEL AGREEMENT
-
Contractor's Rate:
Rates, specified in SECTION 5. REQUIRED DOCUMENTS shall stay in effect for the entire contract term.
2.
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: To Be Determined (TBD) |
Section/Unit: Office of Public Affairs (OPA) | Section/Unit: TBD |
Name: Daniel Emmons | Name: TBD |
Phone: 916-897-3320 | Phone: TBD |
Email: daniel.emmons@dfpi.ca.gov | Email: TBD |
Direct all contractual inquiries to:
State Agency: DFPI |
Contractor: To Be Determined (TBD) |
Section/Unit: BOO/ASU |
Section/Unit: TBD |
Attention: Natasha Chiu |
Attention: TBD |
Address: 651 Bannon St. STE 300, Sacramento, CA 95811 |
Address: TBD |
Phone: 916-980-6224 |
Phone: TBD |
Email: natasha.chiu@dfpi.ca.gov |
Email: TBD |
An amendment is not required for a change in contact person.
3.
CONTRACTOR RESPONSIBILITES
-
The contractor shall allow and coordinate testing with DFPI staff annually for performance, functionality, and availability testing of the secondary backup site. The contractor must provide validation of the roll between primary and secondary sites.
-
The contractor shall have a secondary site that is at least 250 miles away from the primary production site to act as a backup, failover, and redundancy site.
- Continuity Testing:
- Contractor agrees to provide the State with a copy of its ISO 22301 certification, which includes a third-party attestation of Contractor's process to validate continuity and recovery capabilities.
- Contractor agrees to allow the State to run acceptance testing concerning application use during the period of fail over testing.
-
Support:
The contractor shall ensure that Support is provided by the manufacturer, WP Engine through the term of the Agreement.
- Phone Support: (877) 973-6446
- WP Engine Websie: https://wpengine.com/support/
- WP Engine E-mail: support@wpengine.com
4.
AMENDMENT
This Agreement may be amended to add additional funds upon mutual written consent by both parties through a formal agreement. The total contract amount, including any amendments, must not exceed DFPI's Delegated Purchasing Authority.
State of California
Department of Financial Protection & Innovation
Solicitation #2025-OPA-089095
2025-OPA-089095 WB Engine Web Hosting (PaaS)
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.
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, 2025-OPA-089095, 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 2025-OPA-089095
Part number
-
If Vendor is a DVBE, the following applies: Aligned with legislative changes of AB 230 (Brough, Chapter 676, Statutes of 2019) amending section 999.5 of the Military and Veterans Codes (MVC) and Sections 14839 and 14841 of the Government Code (GC) and the added Section 10230 to the Public Contract Code (PCC); AB 1365 ( Veterans Affairs Committee, Chapter 689, Statues of 2020) added Section 999.7 to the MVC, it is the awarded contractor’s responsibility to understand and comply with these requirements.
- The awarded Contractor is required to submit a complete and accurate Prime Contractor’s Certification – DVBE Subcontracting Report ( STD 817) Upon contract completion.
- The STD 817 can be found here: Prime Contractor’s DVBE Subcontracting Report (ca.gov)
- DFPI will withhold $10,000, or full payment if less than $10,000, from a prime Contractor’s final payment pending the receipt of a complete and accurate STD 817.
- DFPI will review the STD 817 and determine if it is complete and accurate. The withhold will only be released once the review and determination has been completed by DFPI.
- If the STD 817 is late or incomplete, DFPI will send the prime Contractor a cure notice allowing a minimum of 15 days, but no more than 30 days, to meet the certification requirements.
- If the prime Contractor does not comply by the identified deadline, the withhold is permanently deducted.
- All records shall be retained for a minimum of six (6) years.
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 costs identified on SECTION 5. REQUIRED DOCUMENTS.
State of California
Department of Financial Protection & Innovation
Solicitation #2025-OPA-089095
2025-OPA-089095 WB Engine Web Hosting (PaaS)
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
Solicitation #2025-OPA-089095
2025-OPA-089095 WB Engine Web Hosting (PaaS)
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:
State of California
Department of Financial Protection & Innovation
Solicitation #2025-OPA-089095
2025-OPA-089095 WB Engine Web Hosting (PaaS)
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.
1.9.
CONTRACT TERM AND AUTO-RENEWAL
The DFPI does not accept automatic renewal provisions in any vendor's service terms. Contractor or service provider agrees to remove the automatic renewal provision from their service terms. The contract shall be valid only for the terms specified in the STD 213 or the Purchase Order and shall not renew automatically under any circumstances.
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.
EXHIBIT E: EXHIBIT E: SERVICE LEVEL AGREEMENT
Please click the button below to download the attached file.