HomeMy WebLinkAboutAgreement - ePlus Technology, Inc. - PD Data Center UPS Replacement - Signed 2021-05-25City of Gilroy
Agreement/Contract Tracking
Today’s Date:
May 25, 2021 Your Name: Scott Golden
Contract
Type:
Services over $5k - Contractor -
NO ENG OR DESIGN
Phone Number: 408-763-9106
Contract Effective Date:
(Date contract goes into effect)
6/1/2021
Contract Expiration Date: 12/31/2021
Contractor / Consultant Name:
(if an individual’s name, format as
last name, first name)
ePlus Technology, inc.
Contract Subject:
(no more than 100 characters)
PD Data Center UPS Replacement
Contract Amount:
(Total Amount of contract. If no
amount, leave blank)
76492
By submitting this form, I confirm
this information is complete:
Date of Contract
Contractor/Consultant name and complete address
Terms of the agreement (start date, completion date or “until
project completion”, cap of compensation to be paid)
Scope of Services, Terms of Payment, Milestone Schedule and
exhibit(s) attached
Taxpayer ID or Social Security # and Contractors License # if
applicable
Contractor/Consultant signer’s name and title
City Administrator or Department Head Name, City Clerk
(Attest), City Attorney (Approved as to Form)
Routing Steps for Electronic Signature
Risk Manager
City Attorney Approval As to Form
City Administrator or Department Head
City Clerk Attestation
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
TYPE OF
PROCURMENT
DOLLAR THRESHOLD / SIGNING AUTHORITY
STAFF LEVEL DEPARTMENT HEAD CITY ADMINISTRATOR COUNCIL APPROVAL
$0-$999.99 $1,000-$49,999.99 $50,000-$99,999.99 $100,000-Above
EQUIPMENT
/SUPPLIES/
MATERIALS
Furniture, hoses,
parts, pipe
manholes, office
supplies, fuel, tools,
PPE items, etc…
Vendor selection at
discretion of staff
Payment Method
Purchase Card or
Payment Request (if
vendor does not accept
credit cards)
Informal
bid/quotation –
3 quotes (verbal
or written)
Purchasing
Summary form
w/ Purchasing
Approval
Purchase
Requisition
Payment Method
Purchase Order*
Informal
bid/quotation –
3 written quotes
Purchasing
Summary form w/
City Administrator
Approval
Purchase
Requisition
Payment Method
Purchase Order
Formal Bid
Advertisement
Council Approval
Purchase
Requisition signed
by City
Administrator
Payment Method
Purchase Order
GENERAL SERVICES
Janitorial, landscape
maintenance,
equipment repair,
installation, graffiti
abatement, service
inspections,
uniform cleaning,
etc…
Vendor selection at
discretion of staff
May require insurance
documents depending
on scope/ nature of
work
Payment Method
Purchase Card (if
incorporated)
Signed Payment Request (if sole
proprietor or partner)
Informal
bid/quotation –
3 quotes (verbal
or written)
Purchasing
Summary form
w/ Department
Head Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order*
Informal Bid/RFP
quotation – 3
written quotes
Purchasing
Summary form w/
City Administrator
Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
Formal
Bid/RFP/RFQ
Advertisement
Council Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
PROFESSIONAL
SERVICES
Consultants,
architects,
designers, auditors,
etc...
Vendor selection at the
discretion of staff
Purchase Summary
Form w/ Purchasing
Approval
Standard Agreement
signed by Department
Head
Purchase Requisition
Payment Method
Purchase Order
RFP/RFQ to at
least 3
consultants
Purchase
Summary Form
w/ Department
Head Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
RFP/RFQ to a list
of consultants
Evaluation
Spreadsheet w/
City Administrator
Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
Formal RFP/RFQ
Advertisement
Council Approval
Standard
Agreement signed
by City
Administrator
Purchase
Requisition
Payment Method
Purchase Order
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -1-
AGREEMENT FOR SERVICES
(For contracts over $5,000 – NON-DESIGN, NON-ENGINEERING TYPE CONTRACTOR)
This AGREEMENT made this 25th day of May, 2021, between: CITY:
City of Gilroy, having a principal place of business at
7351 Rosanna Street, Gilroy, California
and CONTRACTOR: ePlus Technology, inc., having a principal place of business at 13595 Dulles
Technology Drive, Herndon, VA 20171.
ARTICLE 1. TERM OF AGREEMENT
This Agreement will become effective on June 1, 2021 and will continue in effect through
December 31, 2021 unless terminated in accordance with the provisions of Article 7 of this
Agreement.
Any lapse in insurance coverage as required by Article 5, Section D of this Agreement shall
terminate this Agreement regardless of any other provision stated herein.
Initial
ARTICLE 2. INDEPENDENT CONTRACTOR STATUS
It is the express intention of the parties that CONTRACTOR is an independent contractor and not
an employee, agent, joint venturer or partner of CITY. Nothing in this Agreement shall be
interpreted or construed as creating or establishing the relationship of employer and employee
between CITY and CONTRACTOR or any employee or agent of CONTRACTOR. Both parties
acknowledge that CONTRACTOR is not an employee for state or federal tax purposes.
CONTRACTOR shall not be entitled to any of the rights or benefits afforded to CITY’S
employees, including, without limitation, disability or unemployment insurance, workers’
compensation, medical insurance, sick leave, retirement benefits or any other employment
benefits. CONTRACTOR shall retain the right to perform services for others during the term of
this Agreement.
ARTICLE 3. SERVICES AND PRODUCT TO BE PROVIDED BY
CONTRACTOR
A. Professional Services and SKU Services
CONTRACTOR agrees to provide professional services (“Professional Services”) and/or, other
third-party services that are resold by CONTRACTOR to CITY under a Stock-Keeping Unit
(“SKU Services”). Professional Services and SKU Services are collectively referred to as the
“Services” as set forth in this Agreement. These Terms and Conditions, together with the attached
Exhibits, shall be referred to as this Agreement (the “Agreement”). CONTRACTOR agrees to
perform the services in accordance with Exhibit “A” (“Specific Provisions”) and Exhibit “B”
(“Scope of Services.
B. Method of Performing Services
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -2-
CONTRACTOR shall determine the method, details and means of performing the above-described
services. CITY shall have no right to, and shall not, control the manner or determine the method
of accomplishing CONTRACTOR’S services.
C. Product Purchases
Terms and conditions related to the purchase of third-party IT related hardware equipment,
peripherals and/or software licenses, software maintenance and/or support as listed in Exhibit
“C” (“Contractor Quotation”)(collectively, “Products”) are set forth in “Exhibit E” (“Product
Purchases”) and unless expressly superseded in Exhibit E, the terms in this Agreement will apply
to Product purchases. All Products are sold separately from Services. No Products shall be
deemed Deliverables, as defined in Exhibit “A”.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -3-
D. Employment of Assistants
CONTRACTOR may, at the CONTRACTOR’S own expense, employ such assistants as
CONTRACTOR deems necessary to perform the services required of CONTRACTOR by this
Agreement, subject to the prohibition against assignment and subcontracting contained in Article
5 below. CITY may not control, direct, or supervise CONTRACTOR’S assistants in the
performance of those services. CONTRACTOR assumes full and sole responsibility for the
payment of all compensation and expenses of these assistants and for all state and federal income
tax, unemployment insurance, Social Security, disability insurance and other applicable
withholding.
E. Place of Work
CONTRACTOR shall perform the services required by this Agreement at any place or location
and at such times as CONTRACTOR shall determine is necessary to properly and timely perform
CONTRACTOR’S services.
ARTICLE 4. COMPENSATION
A. Consideration
In consideration for the services to be performed by CONTRACTOR, CITY agrees to pay
CONTRACTOR the amounts set forth in Exhibit “D” (“Payment Schedule”). In no event however
shall the total compensation paid to CONTRACTOR exceed the amount set forth in Exhibit “D”.
B. Invoices
CONTRACTOR shall submit invoices for all services rendered.
C. Payment
Payment shall be due according to the payment schedule set forth in Exhibit “D”. No payment
will be made unless CONTRACTOR has first provided City with a written receipt of invoice
describing the work performed and any approved direct expenses (as provided for in Exhibit “A”,
Section IV) incurred during the preceding period. If CITY objects to all or any portion of any
invoice, CITY shall notify CONTRACTOR of the objection within thirty (30) days from receipt
of the invoice, give reasons for the objection, and pay that portion of the invoice not in dispute. It
shall not constitute a default or breach of this Agreement for CITY not to pay any invoiced amounts
to which it has objected until the objection has been resolved by mutual agreement of the parties.
D. SKU Services Invoicing and Payment
Notwithstanding anything to the contrary in this Agreement, CONTRACTOR shall invoice CITY
for SKU Services upon CONTRACTOR’S acceptance of CITY’S order for such SKU Services.
Payment for such SKU Services shall be made in accordance with Exhibit “D” of this Agreement or
as set forth in any order. Notwithstanding the foregoing and for the avoidance of doubt, SKU
Services are not considered Products under this Agreement.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -4-
E. Expenses
CONTRACTOR shall be responsible for all costs and expenses incident to the performance of
services for CITY, including but not limited to, all costs of equipment used or provided by
CONTRACTOR, all fees, fines, licenses, bonds or taxes required of or imposed against
CONTRACTOR and all other of CONTRACTOR’S costs of doing business. CITY shall not be
responsible for any expenses incurred by CONTRACTOR in performing services for CITY, except
for those expenses constituting “direct expenses” referenced on Exhibit “A.”
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -5-
ARTICLE 5. OBLIGATIONS OF CONTRACTOR
A. Tools and Instrumentalities
CONTRACTOR shall supply all tools and instrumentalities required to perform the services under
this Agreement at its sole cost and expense. CONTRACTOR is not required to purchase or rent
any tools, equipment or services from CITY.
B. Workers’ Compensation
CONTRACTOR agrees to provide workers’ compensation insurance for CONTRACTOR’S
employees and agents and agrees to hold harmless, defend with counsel acceptable to CITY and
indemnify CITY, its officers, representatives, agents and employees from and against any and all
claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and expenses,
including without limitation reasonable attorneys’ fees, arising out of any injury, disability, or
death of any of CONTRACTOR’S employees.
C. Indemnification of Liability, Duty to Defend, Limitation of Liability
As to all liability, to the fullest extent permitted by law, CONTRACTOR shall defend, through
counsel approved by CITY (which approval shall not be unreasonably withheld), indemnify and
hold harmless CITY, its officers, representatives, agents and employees against any and all su its,
damages, costs, fees, claims, demands, causes of action, losses, liabilities and expenses, including
without limitation attorneys’ fees, arising or resulting directly from any gross negligent act or
omission of CONTRACTOR or CONTRACTOR’S assistants, employees or agents, including all
claims relating to the injury or death of any person or damage to any tangible property in the
performance of the Services under this Agreement.
IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR INDIRECT, CONSEQUENTIAL,
SPECIAL, INCIDENTAL, PUNITIVE OR EXEMPLARY LOSSES OR DAMAGES, LOST
DATA, COST OF PROCUREMENT OF SUBSTITUTE PRODUCTS OR SERVICES OR LOST
PROFITS OF ANY KIND, EVEN IF FORESEEABLE, ARISING OUT OF OR CONNECTED
WITH THIS AGREEMENT. CONTRACTOR’S AGGREGATE LIABILITY IN CONNECTION
WITH THE SERVICES, IF ANY, SHALL BE LIMITED TO DIRECT DAMAGES, WHICH
SHALL NOT EXCEED THE AMOUNT PAID FOR THE SERVICE CAUSING SUCH
DAMAGES, AS ESTABLISHED BY A FINAL JUDGMENT.
D. Insurance
In addition to any other obligations under this Agreement, CONTRACTOR shall, at no cost to
CITY, obtain and maintain throughout the term of this Agreement: (a) Commercial Liability
Insurance on a per occurrence basis, including coverage for owned and non -owned automobiles,
with a minimum combined single limit coverage of $1,000,000 per occurrence for all damages due
to bodily injury, sickness or disease, or death to any person, and damage to property, including the
loss of use thereof. As a condition precedent to CITY’S obligations under this Agreement,
CONTRACTOR shall furnish written evidence of such coverage (naming CITY, its officers and
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -6-
employees as additional insureds on the Comprehensive Liability insurance policy referred to in
(a) immediately above via a specific endorsement) and will use commercially reasonable efforts to
provide at least thirty (30) days’ notice of any material adverse change to a required policy. .
E. Warranty
1. CONTRACTOR warrants that Services it performs pursuant to a SOW will be done in a
skillful and workmanlike manner according to industry standards generally prevailing among
providers of similar services under similar circumstances. CITY shall notify CONTRACTOR
of any noncompliance with the foregoing warranty prior to completion of the Services or
within five (5) business days thereafter. Notwithstanding anything to the contrary, CITY
understands CONTRACTOR shall bear no responsibility for the performance, repair or
warranty of CITY’S software or equipment or of any software, hardware product or service
provided to CITY by a third party, and CITY shall look solely to the third party provider for
all remedies and support with regard to such products or service.
2. WARRANTIES PROVIDED HEREIN ARE PERSONAL TO, AND INTENDED SOLELY
FOR THE BENEFIT OF, CITY AND DO NOT EXTEND TO ANY THIRD PARTY.
CONTRACTOR HEREBY DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR
IMPLIED, IN CONNECTION WITH PRODUCTS SOLD OR SERVICES OR
DELIVERABLES PROVIDED INCLUDING WITHOUT LIMITATION ANY IMPLIED
WARRANTIES OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE,
NON-INFRINGEMENT, TITLE OR OTHERWISE.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -7-
F. Assignment
Notwithstanding any other provision of this Agreement, neither this Agreement nor any duties or
obligations of CONTRACTOR under this Agreement may be assigned or subcontracted by
CONTRACTOR without the prior written consent of CITY, which CITY may withhold in its sole
and absolute discretion.
G. State and Federal Taxes
As CONTRACTOR is not CITY’S employee, CONTRACTOR shall be responsible for paying all
required state and federal taxes. Without limiting the foregoing, CONTRACTOR acknowledges
and agrees that:
CITY will not withhold FICA (Social Security) from CONTRACTOR’S
payments;
CITY will not make state or federal unemployment insurance contributions on
CONTRACTOR’S behalf;
CITY will not withhold state or federal income tax from payment to
CONTRACTOR;
CITY will not make disability insurance contributions on behalf of
CONTRACTOR;
CITY will not obtain workers’ compensation insurance on behalf of
CONTRACTOR.
ARTICLE 6. OBLIGATIONS OF CITY
A. Cooperation of City
CITY agrees to respond to all reasonable requests of CONTRACTOR and provide access, at
reasonable times following receipt by CITY of reasonable notice, to all documents reasonably
necessary to the performance of CONTRACTOR’S duties under this Agreement.
B. Assignment
CITY may assign this Agreement or any duties or obligations thereunder upon written notice to
CONTRACTOR to a successor governmental entity without the consent of CONTRACTOR. Such
assignment shall not release CONTRACTOR from any of CONTRACTOR’S duties or obligations
under this Agreement.
ARTICLE 7. TERMINATION OF AGREEMENT
A. Sale of CONTRACTOR’s Business
CONTRACTOR shall notify CITY of the proposed sale of CONTRACTOR’s business no later
than thirty (30) days prior to any such sale. CITY shall have the option of terminating this
Agreement within thirty (30) days after receiving such notice of sale. Any such CITY termination
pursuant to this Article 7.A shall be in writing and sent to the address for notices to
CONTRACTOR set forth in Exhibit A, Subsection V.H., no later than thirty (30) days after
CITY’ receipt of such notice of sale.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -8-
B. Termination by City for Default of CONTRACTOR
Should CONTRACTOR default in the performance of this Agreement or materially breach any of
its provisions, CITY, at CITY’S option, may terminate this Agreement by giving thirty (30) days
written notification to CONTRACTOR. For the purposes of this section, material breach of this
Agreement shall include, but not be limited to the following:
1. CONTRACTOR’S failure to professionally and/or timely perform any of the
services contemplated by this Agreement.
2. CONTRACTOR’S breach of any of its representations, warranties or covenants
contained in this Agreement.
CONTRACTOR shall be entitled to payment only for work completed in accordance with the
terms of this Agreement through the date of the termination notice, as reasonably determined by
CITY, provided that such payment shall not exceed the amounts set forth in this Agreement for
the tasks described on Exhibit C” which have been fully, competently and timely rendered by
CONTRACTOR. Notwithstanding the foregoing, if CITY terminates this Agreement due to
CONTRACTOR’S default in the performance of this Agreement or material breach by
CONTRACTOR of any of its provisions, then in addition to any other rights and remedies CITY
may have, CONTRACTOR shall reimburse CITY, within ten (10) days after demand, for any and
all costs and expenses incurred by CITY in order to complete the tasks constituting the scope of
work as described in this Agreement, to the extent such costs and expenses exceed the amounts
CITY would have been obligated to pay CONTRACTOR for the performance of that task pursuant
to this Agreement.
C. Termination for Failure to Make Agreed-Upon Payments
Should CITY fail to pay CONTRACTOR all or any part of the compensation set forth in Article
4 of this Agreement on the date due, then if and only if such nonpayment constitutes a default
under this Agreement, CONTRACTOR, at the CONTRACTOR’S option, may terminate this
Agreement if such default is not remedied by CITY within thirty (30) days after demand for such
payment is given by CONTRACTOR to CITY.
D. Transition after Termination
Upon termination, CONTRACTOR shall immediately stop work, unless cessation could
potentially cause any damage or harm to person or property, in which case CONTRACTOR shall
cease such work as soon as it is safe to do so. CONTRACTOR shall incur no further expenses in
connection with this Agreement. CONTRACTOR shall promptly deliver to CITY all work done
toward completion of the services required hereunder, and shall act in such a manner as to facilitate
any the assumption of CONTRACTOR’s duties by any new CONTRACTOR hired by the CITY
to complete such services.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -9-
ARTICLE 8. GENERAL PROVISIONS
A. Amendment & Modification
No amendments, modifications, alterations or changes to the terms of this Agreement shall be
effective unless and until made in a writing signed by both parties hereto.
B. Americans with Disabilities Act of 1990
Throughout the term of this Agreement, the CONTRACTOR shall comply fully with all applicable
provisions of the Americans with Disabilities Act of 1990 (“the Act”) in its current form and as it
may be amended from time to time. CONTRACTOR shall also require such compliance of all
subcontractors performing work under this Agreement, subject to the prohibition against
assignment and subcontracting contained in Article 5 above. The CONTRACTOR shall defend
with counsel acceptable to CITY, indemnify and hold harmless the CITY OF GILROY, its
officers, employees, agents and representatives from and against all suits, claims, demands,
damages, costs, causes of action, losses, liabilities, expenses and fees, including without limitation
reasonable attorneys’ fees, that may arise out of any violations of the Act by the CONTRACTOR,
its subcontractors, or the officers, employees, agents or representatives of either.
C. Attorneys’ Fees
If any action at law or in equity, including an action for declaratory relief, is brought to enforce or
interpret the provisions of this Agreement, the prevailing party will be entitled to reasonable
attorneys’ fees, which may be set by the court in the same action or in a separate action brought
for that purpose, in addition to any other relief to which that party may be entitled.
D. Captions
The captions and headings of the various sections, paragraphs and subparagraphs of the Agreement
are for convenience only and shall not be considered nor referred to for resolving questions of
interpretation.
E. Compliance with Laws
The CONTRACTOR shall keep itself informed of all State and National laws and all municipal
ordinances and regulations of the CITY which in any manner affect those engaged or employed in
the work, or the materials used in the work, or which in any way affect the conduct of the work,
and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over
the same. Without limiting the foregoing, CONTRACTOR agrees to observe the provisions of the
Municipal Code of the CITY OF GILROY, obligating every contractor or subcontractor under a
contract or subcontract to the CITY OF GILROY for public works or for goods or services to
refrain from discriminatory employment or subcontracting practices on the basis of the race, color,
sex, religious creed, national origin, ancestry of any employee, applicant for employment, or any
potential subcontractor.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -
10
-
F. Conflict of Interest
CONTRACTOR certifies that to the best of its knowledge, no CITY employee or office of any
public agency interested in this Agreement has any pecuniary interest in the business of
CONTRACTOR and that no person associated with CONTRACTOR has any interest that would
constitute a conflict of interest in any manner or degree as to the execution or performance of this
Agreement.
G. Entire Agreement
This Agreement supersedes any and all prior agreements, whether oral or written, between the
parties hereto with respect to the rendering of services by CONTRACTOR for CITY and contains
all the covenants and agreements between the parties with respect to the rendering of such services
in any manner whatsoever. Each party to this Agreement acknowledges that no representations,
inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone
acting on behalf of any party, which are not embodied herein, and that no other agreement,
statement or promise not contained in this Agreement shall be valid or binding.
No other agreements or conversation with any officer, agent or employee of CITY prior to
execution of this Agreement shall affect or modify any of the terms or obligations contained in any
documents comprising this Agreement. Such other agreements or conversations shall be
considered as unofficial information and in no way binding upon CITY.
H. Governing Law and Venue
This Agreement shall be governed by and construed in accordance with the laws of the State of
California without regard to the conflict of laws provisions of any jurisdiction. The exclusive
jurisdiction and venue with respect to any and all disputes arising hereunder shall be in state and
federal courts located in Santa Clara County, California.
I. Notices
Any notice to be given hereunder by either party to the other may be effected either by personal
delivery in writing or by mail, registered or certified, postage prepaid with return receipt requested.
Mailed notices shall be addressed to the parties at the addresses appearing in Exhibit “A”, Section
V.H. but each party may change the address by written notice in accordance with this paragraph.
Notices delivered personally will be deemed delivered as of actual receipt; mailed notices will be
deemed delivered as of three (3) days after mailing.
J. Partial Invalidity
If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void
or unenforceable, the remaining provisions will nevertheless continue in full force without being
impaired or invalidated in any way.
.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -
11
-
K. Waiver
CONTRACTOR agrees that waiver by CITY of any one or more of the conditions of performance
under this Agreement shall not be construed as waiver(s) of any other condition of performance
under this Agreement.
Executed at Gilroy, California, on the date and year first above written.
CONTRACTOR: CITY:
CITY OF GILROY
By:
By:
Name: Name:
Title: Title:
Social Security or Taxpayer
Identification Number
Approved as to Form
ATTEST:
City Attorney City Clerk
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
SVP
ePlus Technology inc
Steve Mencarini
54-1904151
City Administrator
Jimmy Forbis
4835-2267-0361v1
LAC\04706083 -1-
EXHIBIT “A”
SPECIFIC PROVISIONS
I. PROJECT MANAGER
CONTRACTOR shall provide the services indicated on the attached Exhibit “B”, Scope of
Services (“Services”). (All exhibits referenced are incorporated herein by reference.) To
accomplish that end, CONTRACTOR agrees to assign personnel, who will act in the capacity of
Project Manager, and who will personally direct such Services. If applicable, such personnel will
be listed on Exhibit “B”.
Except as may be specified elsewhere in this Agreement, CONTRACTOR shall furnish all
technical and professional services including labor, material, equipment, transportation,
supervision and expertise to perform all operations necessary and required to complete the Services
in accordance with the terms of this Agreement.
II. NOTICE TO PROCEED/COMPLETION OF SERVICE
A. NOTICE TO PROCEED
CONTRACTOR shall commence the Services upon delivery to CONTRACTOR of a written
“Notice to Proceed”, which Notice to Proceed shall be in the form of a written communication
from designated City contact person(s). Notice to Proceed may be in the form of e-mail, fax or
letter authorizing commencement of the Services. For purposes of this Agreement, shall be the
designated City contact person(s). Notice to Proceed shall be deemed to have been delivered upon
actual receipt by CONTRACTOR or if otherwise delivered as provided in the Section V.H.
(“Notices”) of this Exhibit “A”.
B. COMPLETION OF SERVICES
When CITY determines that CONTRACTOR has completed all of the Services in accordance with
the terms of this Agreement, CITY shall give CONTRACTOR written Notice of Final Acceptance,
and CONTRACTOR shall not incur any further costs hereunder. CONTRACTOR may request
this determination of completion when, in its opinion, it has completed all of the Services as
required by the terms of this Agreement and, if so requested, CITY shall make this determination
within five (5) business days of such request, or if CITY determines that CONTRACTOR has not
completed all of such Services as required by this Agreement, CITY shall so inform
CONTRACTOR within this five (5) business day period.
III. PROGRESS SCHEDULE
The schedule for performance and completion of the Services will be as set forth in the attached
Exhibit “C”.
IV. PAYMENT OF FEES AND DIRECT EXPENSES
Payments shall be made to CONTRACTOR as provided for in Article 4 of this Agreement.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -2-
Direct expenses are charges and fees not included in Exhibit “B”. CITY shall be obligated to pay
only for those direct expenses which have been previously approved in writing by CITY.
CONTRACTOR shall obtain written approval from CITY prior to incurring or billing of direct
expenses.
Copies of pertinent financial records, including invoices, will be included with the submission of
billing(s) for all direct expenses.
V. OTHER PROVISIONS
A. STANDARD OF WORKMANSHIP
CONTRACTOR represents and warrants that it has the qualifications, skills and licenses necessary
to perform the Services, and its duties and obligations, expressed and implied, contained herein,
and CITY expressly relies upon CONTRACTOR’S representations and warranties regarding its
skills, qualifications and licenses. CONTRACTOR shall perform such Services and duties in
conformance to and consistent with the standards generally recognized as being employed by
professionals in the same discipline in the State of California.
Any plans, designs, specifications, estimates, calculations, reports and other documents furnished
under this Agreement shall be of a quality acceptable to CITY. The minimum criteria for
acceptance shall be a product of neat appearance, well-organized, technically and grammatically
correct, checked and having the maker and checker identified. The minimum standard of
appearance, organization and content of the drawings shall be that used by CITY for similar
purposes.
B. RESPONSIBILITY OF CONTRACTOR
CONTRACTOR shall be responsible for the professional quality, technical accuracy, and the
coordination of the Services furnished by it under this Agreement. CONTRACTOR shall not be
responsible for the accuracy of any project or technical information provided by the CITY. The
CITY’S review, acceptance or payment for any of the Services shall not be construed to operate
as a waiver of any rights under this Agreement or of any cause of action ar ising out of the
performance of this Agreement, and CONTRACTOR shall be and remain liable to CITY in
accordance with applicable law for all damages to CITY caused by CONTRACTOR’S gross
negligent performance of any of the services furnished under this Agreement.
C. RIGHT OF CITY TO INSPECT RECORDS OF CONTRACTOR
CITY, through its authorized employees, representatives or agents, shall have the right, at any and
all reasonable times, but not more than once per calendar year and upon written notice to
CONTRACTOR, to audit the books and records (including, but not limited to, invoices, vouchers,
canceled checks, time cards, etc.) of CONTRACTOR for the purpose of verifying any and all
charges made by CONTRACTOR in connection with this Agreement. CONTRACTOR shall
maintain for a minimum period of three (3) years (from the date of final payment to
CONTRACTOR), or for any longer period required by law, sufficient books and records in
accordance with standard California accounting practices to establish the correctness of all charges
submitted to CITY by CONTRACTOR, all of which shall be made available to CITY at the
CITY’s offices within five (5) business days after CITY’s request.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -3-
D. CONFIDENTIALITY OF MATERIAL
All ideas, memoranda, specifications, plans, manufacturing procedures, data (including, but not
limited to, computer data and source code), drawings, descriptions, documents, discussions or
other information developed or received by or for CONTRACTOR and all other written and oral
information developed or received by or for CONTRACTOR and all other written and oral
information submitted to CONTRACTOR in connection with the performance of this Agreement
shall be held confidential by CONTRACTOR and shall not, without the prior written consent of
CITY, be used for any purposes other than the performance of the Services, nor be disclosed to an
entity not connected with the performance of the such Services. Nothing furnished to
CONTRACTOR which is otherwise known to CONTRACTOR or is or becomes generally known
to the related industry (other than that which becomes generally known as the result of
CONTRACTOR’S disclosure thereof) shall be deemed confidential. CONTRACTOR shall not
use CITY’S name or insignia, or distribute publicity pertaining to the services rendered under this
Agreement in any magazine, trade paper, newspaper or other medium without the express written
consent of CITY.
E. NO PLEDGING OF CITY’S CREDIT.
Under no circumstances shall CONTRACTOR have the authority or power to pledge the credit of
CITY or incur any obligation in the name of CITY.
F. OWNERSHIP OF MATERIAL.
Subject to full and final payment, except for any confidential or proprietary materials in which
CONTRACTOR or its suppliers have a pre-existing intellectual property interest (“Existing
Materials”), all material including, but not limited to, computer information, data and source code,
sketches, tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests,
maps, calculations, photographs, reports and other material developed, collected, prepared (or
caused to be prepared) under this Agreement in the performance of Services by CONTRACTOR
specifically for the CITY (“Deliverables”), shall be deemed “work for hire” if consistent with the
requirements of Section 101 of the Copyright Act and shall be the property of CITY, but
CONTRACTOR may retain and use copies thereof subject to Section V.D of this Exhibit “A”.
To the extent that Existing Materials are incorporated in Deliverables, CONTRACTOR grants to
CITY a royalty-free, irrevocable, worldwide, nontransferable, non-exclusive, internal use,
perpetual license to use, modify and prepare derivative works of such Existing Mate rials and to
use and display such Existing Materials to the extent required to utilize the Deliverables in
accordance with this Agreement. Nothing in this Agreement shall be deemed to (i) permit C ITY
to disclose, provide access to, sublicense, disassemble, decompile, reverse engineer, modify, create
derivative works of, or transfer Existing Materials to an affiliate or third party without the prior
written consent of CONTRACTOR or (ii) limit CONTRACTOR’S ownership of patent, copyright
or other intellectual property or trade secret rights in any information developed independently of
this Agreement, even though such information may have been used in connection with
CONTRACTOR’S performance under this Agreement. CONTRACTOR may provide similar
services to others and use or disclose to others the general knowledge, skill and experience
CONTRACTOR has developed over the years.
CONTRACTOR shall not be responsible for, and City shall indemnify CONTRACTOR from,
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -4-
damages resulting from the use of said material for work other than PROJECT, including, but not
limited to, the release of this material to third parties for work other than on PROJECT.
G. NO THIRD PARTY BENEFICIARY.
This Agreement shall not be construed or deemed to be an agreement for the benefit of any third
party or parties, and no third party or parties shall have any claim or right of action hereunder for
any cause whatsoever.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -5-
H. NOTICES.
Notices are to be sent as follows:
CITY: Scott Golden
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
CONTRACTOR: ePlus Technology, inc.
13595 Dulles Technology Drive
Herndon, VA 20171
Attn: General Counsel with copy to VP of Contracts
I. FEDERAL FUNDING REQUIREMENTS.
If the box to the left of this sentence is checked, this Agreement involves federal
funding and the requirements of this Section V.I. apply.
If the box to the left of this sentence is checked, this Agreement does not involve
federal funding and the requirements of this Section V.I. do not apply.
1. DBE Program
CONTRACTOR shall comply with the requirements of Title 49, Part 26, Code of Federal
Regulations (49 CFR 26) and the City-adopted Disadvantaged Business Enterprise programs.
2. Cost Principles
Federal Acquisition Regulations in Title 48, CFR 31, shall be used to determine the allowable cost
for individual items.
3. Covenant against Contingent Fees
The CONTRACTOR warrants that he/she has not employed or retained any company or person,
other than a bona fide employee working for the CONTRACTOR, to solicit or secure this
Agreement, and that he/she has not paid or agreed to pay any company or person, other than a bona
fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration,
contingent upon or resulting from the award or formation of this Agreement. For breach or
violation of this warranty, the Local Agency shall have the right to annul this Agreement without
liability or, at its discretion, to deduct from the agreement price or consideration, or otherwise
recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -1-
EXHIBIT “B”
SCOPE OF SERVICES
Scope of Work for QWINSTALL-QBED71837-00
1. Customer to receive equipment and have staged for Criterion to perform installation.
2. While existing UPS is in Maintenance bypass, demo and remove from site existing UPS.
3. Set and install new UPS in same location as old UPS.
4. Prep pipe and wire to new UPS to existing junction box and transformer.
5. During a time of the customers choosing, perform the following.
a. Shut down critical load.
b. Replace trip unit of existing UPS input breaker to 80 amps.
c. Terminate new UPS wires in junction box and transformer.
d. Provide electricians assistance for standard factory startup.
6. Return to the site to demo and remove the old maintenance bypass panel.
Exclusions and Clarifications:
1. Load Bank testing of the new UPS has been excluded.
2. All building permits and associated costs have been excluded.
3. All labor to be non-union at prevailing wage rates.
4. All applicable taxes have been included in the quoted price.
5. Does not include performance or bid bond or fees.
6. Dumpster service has been excluded.
7. X-ray of concrete has been excluded.
8. All work has been figured for off hours.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083 -1-
EXHIBIT “C”
CONSULTANT
QUOTATION#
SCHNEIDER E. ROOM
COMPONENTS
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083
EXHIBIT “D”
PAYMENT SCHEDULE
1. Payments for Products and Services shall be due net thirty (30) days from the receipt of invoice or as indicated in
any purchase document.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083
EXHIBIT “E”
PRODUCT PURCHASES
1. CITY acknowledges that CONTRACTOR is the reseller of Products and not the manufacturer or publisher of
such Products. All Products are purchased on CITY’s issuance of a Purchase Order, subject to acceptance by
CONTRACTOR. CITY shall not reverse engineer, disassemble, decompile, or otherwise attempt to discover the
source code for software, nor remove or alter any trademark, logo, copyright or other proprietary notices,
legends, symbols or labels therein. CITY represents and warrants that any Products purchased pursuant to this
Agreement are for CITY’S internal use only and are not for resale or further distribution. CITY agrees to
indemnify, defend and hold harmless CONTRACTOR from and against any and all third party claims, liabilities,
costs and expenses relating to or arising from a breach of the CITY’S obligations under this section 1.
2. Notwithstanding any termination provisions in the Agreement, cancellations, terminations, or modifications of
Product orders require written confirmation from CONTRACTOR. All cancellations, terminations, or
modifications of Product orders are subject to manufacturer policies and CONTRACTOR’S ability, pursuant to
those policies, to cancel, terminate, or modify orders with its supplier s.
3. Delivery shall be FOB shipping point and CITY agrees to pay for shipping and handling. Loss or damage during
shipment within the United States by a carrier specifically selected by CONTRACTOR shall be
CONTRACTOR’S sole responsibility; otherwise such loss or damage shall be CITY’S responsibility. Title to
Products shall pass to CITY on payment in full for the corresponding Products. CONTRACTOR shall have no
responsibility to act as importer or exporter of record unless otherwise expressly agreed in writ ing.
4. Except for visibly damaged packaging, CITY shall not refuse delivery of Product shipments. CITY should save
original Product packaging and notify CONTRACTOR to arrange for carrier inspection and pickup of damaged
products. CITY shall notify its account executive of any visible damage within two (2) days of receipt and of
order shortages or concealed damages within seven (7) business days of receipt. These timeframes are necessary
for CONTRACTOR to provide timely assistance to CITY with manufacturer warranty claims and shipping
claims. Failure to provide the foregoing notices to CONTRACTOR within the required timeframes shall be
deemed acceptance of the corresponding Products.
5. Approvals for Product returns are subject to manufacturer return policies and guidelines and CONTRACTOR’S
ability to return Product to its vendors. Except in the event of a CONTRACTOR or manufacturer error, CITY
shall bear all shipping charges and restocking fees associated with Product return, exchange or replacement. If a
Product is not returnable under manufacturer guidelines, CONTRACTOR will make commercially reasonable
attempts to repair or replace the Product through the manufacturer warranty.
6. Pricing for each Product order shall be as set forth on the applicable Purchase Order. CONTRACTOR will
invoice for Products upon shipment without regard to any related Services. Payments for Products shall be due
net thirty (30) days from the receipt of invoice or as indicated in any Purchase Order, and shall be made in U.S.
Dollars by (1) check drawn on a U.S. bank; or (2) wire transfer or automated clearing house (ACH) transfer to an
account specified by CONTRACTOR.
7. CONTRACTOR is a reseller of Products and not the manufacturer, and therefore makes no warranties with
respect to Products. Without limiting the foregoing disclaimer, CONTRACTOR does not warrant that Products
cannot cause or are free from susceptibility to security or data breaches. Any Product warranty and any rights to
indemnification for claims or losses related to a Product must come from the manufacturer. To the full extent
authorized, CONTRACTOR will pass through to CITY any transferable Product warranties, indemnities, and
remedies provided to CONTRACTOR by the manufacturer.
8. NOTWITHSTANDING SECTION 5.C. “LIMITATION OF LIABILITY” THE FOLLOWING SHALL APPLY
TO PRODUCT PURCHASES: IN NO EVENT SHALL CO NTRACTOR BE LIABLE FOR INDIRECT,
CONSEQUENTIAL, SPECIAL, INCIDENTAL, PUNITIVE OR EXEMPLARY LOSSES OR DAMAGES,
LOST DATA, COST OF PROCUREMENT OF SUBSTITUTE PRODUCTS OR SERVICES OR LOST
PROFITS OF ANY KIND, EVEN IF FORESEEABLE, ARISING OUT OF OR CONNECTED WITH THE
PURCHASE OF PRODUCTS. CONTRACTOR’S AGGREGATE LIABILITY IN CONNECTION WITH
PRODUCT PURCHASES, IF ANY, SHALL BE LIMITED TO DIRECT DAMAGES, WHICH SHALL NOT
EXCEED THE AMOUNT PAID FOR THE PRODUCT CAUSING SUCH DAMAGES, AS ESTABLISHED
BY A FINAL JUDGMENT.
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
4835-2267-0361v1
LAC\04706083
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E
Quote issued by:
Jacqueline Ellman
Jonas Reiter
Palm Springs, Ca
310-953-7897
jreiter@eplus.com
jellman@eplus.com
Date of Quote Valid for Terms
May 25, 2021 30 Days Net 30 Days
Room Components - EqRoom Components - Equipmentuipment
GVSUPS40KB4GSSchneider Electric Galaxy VS UPS 40kW 480V, 2 internal 9Ah smart modular battery
strings, expandable to 4, Start-up 5x8 1 20,978.00$ 20,978.00$
GVSOPT001Schneider Electric Galaxy VS Air Filter Kit for 521mm wide UPS 1 included -$
GVSOPT002Schneider Electric Galaxy VS Seismic Kit for Modular Battery Cabinet or 521mm wide
UPS 1 included -$
GVSOPT003Schneider Electric Galaxy VS Seismic Kit for Maintenance Bypass Cabinet 1 included -$
GVSOPT018Schneider Electric Galaxy VS Cable and Conduit Box for 20.5in wide UPS w batteries and
maintenance bypass cabinet 1 included -$
GVSBPSU80GSchneider Electric Galaxy VS Maintenance Bypass Cabinet, UL, Single-Unit 10-40kW
208V, 20-80kW 480V 1 included -$
GVSBTH4Schneider Electric Galaxy VS 9Ah Smart Modular High Capacity Battery String 1 included -$
WUPGEAA-UG-01Schneider Electric 1 Yr EAA Upgrade to FW or Existing Srvc Plan for (1) 1 or 3P UPS 10 -
40kVA, Batt Frm, PDU or Acc.1 included -$
WUPG8HR7X24-UG-01Schneider Electric 1 Year 8HR 7X24 Response Upgrade to Factory Warranty or Existing
Service Contract for up to 40 kVA 1 included -$
WUPGSTRTUP7-UG-01 Schneider Electric Scheduling Upgrade to 7X24 for Existing Startup Service for up to 40
kVA UPS or Battery Frame 1 included -$
Custom Parts- Equipment
QWINSTALL-
QBED71837-00 Schneider Electric PRODUCT PROFESSIONAL SERVICES OTHER THIRD PARTY UPS
REPLACEMENT 1 53,789.00$ 53,789.00$
TOTAL:74,767.00$
Est TAX: $ 1,625.80
Est SHIPPING: $ 100.00
GRAND TOTAL:76,492.80$
Authorization Acceptance and Date PO / Reference Number
Print Name Title
By placing an order with ePlus for products or services you agree to comply with the Terms and Conditions for Purchasing Products and Services located at http://www.eplus.com/terms-and-
conditions/Pages/Products-Services-Terms-and-Conditions.aspx (the "Order Terms"). Unless there is a separate written agreement signed on behalf of both you and ePlus by a duly
authorized officer, the Order Terms shall be the only terms and conditions applicable to transactions between you and ePlus, and no additional or contrary terms referenced in a purchase
order, document, or electronic communication shall apply. In no event shall ePlus performance under a purchase order be deemed to constitute acceptance of any terms and conditions set
forth therein.
Thank you for your inquiry. Please note the following about this quotation: It will expire on the date stated above. Unless freight amount is indicated, or is zero, freight will be added to the
invoice. Unless Bill-To company is exempt from Sales Tax, it will be added to the invoice. Extended Warranties and Professional Services are available.
This quotation is confidential for your internal use only.
This is a solicitation for an offer and is subject to credit approval. No contract is formed unless a purchase order or other offer is received and accepted by our office. If you accept this
quotation with the intent to have your chosen leasing company to pay the costs directly, please note that if the Lessor does not pay ePlus for any reason, you will be responsible for payment to
ePlus.
Unit Price Extended Price
Model Number Vendor Description Qty
SCHNEIDER E. ROOM COMPONENTS
Account Executive:
Inside Sales Account Manager:
Quote#
Customer: City of Gilroy
ePlus Technology Quote
Page 1 of 1
DocuSign Envelope ID: F6CE4890-CC35-45D2-928A-A6BAFD57C83E