-
SB/DVBE NOTICE
- STANDARD AGREEMENT (STD 213)
-
EXHIBIT A: SCOPE OF WORK
- EXHIBIT A1: SERVICE LEVEL AGREEMENT
-
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
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
Adobe Creative Suite Pro Licenses - Annual Renewal
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
June 11, 2024 at 12:00 AM - June 20, 2024 at 11:00 AM (Pacific Time (US & Canada))
Q&A Submission Window
June 11, 2024 at 12:00 AM - June 13, 2024 at 11:00 AM (Pacific Time (US & Canada))
COVER PAGE

Notice to Prospective Bidders
Small Business and/or Disabled Veteran Business Enterprise Option
Adobe Creative Suite Pro Licenses - Annual Renewal
June 11, 2024,
As a State of California certified small business (SB) or disabled veteran business enterprise (DVBE), you are invited to review and respond to this contracting opportunity for Adobe Creative Suite Pro License Renewal 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 DVBEs 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) or DVBEs with the condition that the contract award, if made, is to a California certified SB (MB) or DVBE. Refer to EXHIBIT A: SCOPE OF WORK for all required services.
1.
KEY ACTION DATES
KEY ACTION DATES | DATE |
---|---|
Release of Solicitation | June 11, 2024 |
Questions Due | June 13, 2024 at 11:00 AM PST |
Responses to Questions | June 17, 2024 |
Response Due Date | June 20, 2024 at 11:00 AM PST |
Anticipated Contract Award | June 24, 2024 |
Anticipated Start Date | July 26, 2024 |
2.
QUESTION SUBMISSIONS
Questions regarding this solicitation must be submitted in writing via the online submission portal by June 13, 2024 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 June 20, 2024 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.
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.
3.3.
STD 1000 FORM GENAI DISCLOSURE AND FACT SHEET
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.
Bidders/Offerors must notify the State in writing if their solution or service includes, or makes available, any GenAI technology, including GenAI from third parties or subcontractors.
The State has developed a GenAI Disclosure & Factsheet to be completed by the Bidder/Offeror.
Failure to disclose GenAI to the State and submit the GenAI Disclosure & Factsheet will result in disqualification of the Bidder/Offeror and 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 GenAI Disclosure & Factsheet, the state reserves the right to incorporate GenAI Special Provisions into the final contract or reject bids/offers that present unacceptable level of risk to the state.
STD 1000 Generative Artificial Intelligence (GenAI) Disclosure & Factsheet (ca.gov)
Please download the fact sheet, complete and submit it via the below upload:
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 at the following internet site: https://www.documents.dgs.ca.gov/dgs/fmc/pdf/std204.pdf
Upload not required until requested by DFPI
5.2.
CALIFORNIA CIVIL RIGHTS LAW CERTIFICATION
California Civil Rights Law Certification for bids exceeding $100,000.00. The attachment can be viewed and downloaded at the following link: https://www.dgs.ca.gov/-/media/Divisions/OLS/Forms/CALIFORNIA-CIVIL-RIGHTS-LAWS-ATTACHMENT.pdf
Upload not required until requested by DFPI
5.3.
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:
Cloud Computing Software as a Service General Provisions, which can be viewed and downloaded at the following internet site:
https://www.dgs.ca.gov/-/media/Divisions/PD/PTCS/OPPL/Model-Language/CloudComputing_SaaSGeneralProvisions062122.pdf
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
Bids will be evaluated based on low cost. The bid with the lowest cost will be awarded.
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.
STANDARD AGREEMENT (STD 213)
Please click the button below to download the attached file.
State of California
Department of Financial Protection & Innovation
Solicitation #2024-ITO-088435
Adobe Creative Suite Pro Licenses - Annual Renewal
EXHIBIT A: SCOPE OF WORK
INTRODUCTION
The Department of Financial Protection and Innovation (DFPI) is seeking a contractor to provide Adobe Creative Suite Pro licenses.
The purpose is to purchase Adobe Creative Suite Pro license renewals for Fiscal Year 2024-25 for DFPI and Public Affairs Division used for the design, delivery, publication, and managing critical internal and external business service functions. Adobe Creative Suite Pro licenses are critical for the Office of Public Affairs to do their job and supporting the mission and vision of the Department of Financial Protection and Innovation.
1.
TASKS AND DELIVERABLES
-
Tasks
-
Adobe Creative Suite Pro Licenses Annual Renewal
-
Adobe Creative Suite Pro Licenses Annual Renewal
-
Term Dates: Start Date: 07/26/2024 through End Date: 01/17/2025
-
Deliverables:
QTY PART # DESCRIPTION 1 13 65330520 All Apps, Pro with Firefly
2.
PROJECT REPRESENTATIVES
The project representatives during the term of this agreement shall be:
State Agency: DFPI | Contractor: To be determined |
Name: Arlene Dela Cruz | Name: |
Phone: 415-317-8977 | Phone: |
Email: arlene.delacruz@dfpi.ca.gov | Email: |
Direct all contractual inquiries to:
State Agency: DFPI |
Contractor: To be determined |
Section/Unit: Acquisitions |
Section/Unit: |
Attention: Lee Peters |
Attention: |
Address: 2101 Arena Blvd., Sacramento, CA 95834 |
Address: |
Phone: (530) 455-9035 |
Phone: |
Fax: N/A |
Fax: |
Email: solicitation4@dfpi.ca.gov |
Email: |
3.
ORGANIZATIONAL BACKGROUND
The Department of Financial Protection and Innovation (DFPI) provides protection to consumers and services to businesses engaged in financial transactions. The Department regulates a variety of financial services, products, and professionals. The Department oversees the operations of state-licensed financial institutions, including banks, credit unions, money transmitters, issuers of payment instruments and travelers’ checks, and premium finance companies. Additionally, the Department licenses and regulates a variety of financial service providers, including securities brokers and dealers, investment advisers, deferred deposit transaction originators (commonly known as payday loans) and certain fiduciaries and lenders. The Department also regulates the offer and sale of securities, franchises, and off-exchangeoff exchange commodities.
The DFPI has five offices, located in four cities: Sacramento, San Francisco, Los Angeles (2), and San Diego. The Sacramento office is the headquarters office and the main Information Technology hub. The Information Technology Services Division (ITSD) provides IT Services for DFPI. ITSD is responsible for providing systems support, maintenance, enhancements, and new development.
The Information Technology Services Division (ITSD) provides Information Technology services for DFPI. ITSD is responsible for providing systems support, maintenance, enhancements, and new development.
This Scope of Work (SOW) reflects the Department of Financial Protection and Innovation (DFPI), hereinafter referred to as the “State,” request for the services described below. The California Software Licensing Program (SLP) contract SLP (# to be determined) takes precedence over this Scope of Work.
4.
SERVICE LEVEL AGREEMENT
Vendor shall abide by the attached Service Level Agreement, found in EXHIBIT A1: SERVICE LEVEL AGREEMENT.
EXHIBIT A1: SERVICE LEVEL AGREEMENT
Please click the button below to download the attached file.
State of California
Department of Financial Protection & Innovation
Solicitation #2024-ITO-088435
Adobe Creative Suite Pro Licenses - Annual Renewal
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 EXHIBIT B1: COST WORKSHEET.
For licenses procured and paid for with advance payment methods 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 as EXHIBIT B1: COST WORKSHEET.
-
Invoices shall include "2024-ITO-088435", and shall be submitted electronically to:
Department of Financial Protection and Innovation
Attn: Accounting Office
accountingap@DFPI.ca.gov
Invoices shall include the following:
"2024-ITO-088435"
-
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 INVOICING AND PAYMENT , Item 1.A., DFPI shall pay Contractor the subscription license costs identified on SECTION 3. REQUIRED DOCUMENTS.
State of California
Department of Financial Protection & Innovation
Solicitation #2024-ITO-088435
Adobe Creative Suite Pro Licenses - Annual Renewal
EXHIBIT B1: COST WORKSHEET
COST WORKSHEET
<<PLACEHOLDER>>
State of California
Department of Financial Protection & Innovation
Solicitation #2024-ITO-088435
Adobe Creative Suite Pro Licenses - Annual Renewal
EXHIBIT C: GENERAL PROVISIONS
1.
GENERAL PROVISIONS
Any agreement entered with the State of California, will have the following included by reference:
Cloud Computing Software as a Service General Provisions, which can be viewed and downloaded at the following internet site:
https://www.dgs.ca.gov/-/media/Divisions/PD/PTCS/OPPL/Model-Language/CloudComputing_SaaSGeneralProvisions062122.pdf
State of California
Department of Financial Protection & Innovation
Solicitation #2024-ITO-088435
Adobe Creative Suite Pro Licenses - Annual Renewal
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.
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.
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.