Loading...
HomeMy WebLinkAboutStaff Report 2508-5073CITY OF PALO ALTO CITY COUNCIL Monday, September 08, 2025 Council Chambers & Hybrid 5:30 PM     Agenda Item     10.Approve Purchase Order S26195255 with Dasher Technologies, Utilizing a State of California Blanket Purchase Agreement, to Procure Rubrik Data Backup and Security Solution for a 3-Year Term for a Not-To-Exceed Amount of $106,933; CEQA Status - Not a Project. City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: IT Department Meeting Date: September 8, 2025 Report #:2508-5073 TITLE Approve Purchase Order S26195255 with Dasher Technologies, Utilizing a State of California Blanket Purchase Agreement, to Procure Rubrik Data Backup and Security Solution for a 3-Year Term for a Not-To-Exceed Amount of $106,933; CEQA Status - Not a Project. RECOMMENDATION Staff recommends that the City Council approve and authorize the City Manager or their designee to execute Purchase Order (PO) S26195255 with Dasher Technologies, under California DGS Participating Addendum 7-17-70-40-05 to Utah NASPO ValuePoint Master Agreement Number AR2472, to Procure a Rubrik data backup and security solution for a 3-Year Term, with a total not-to-exceed amount of $106,933 (Attachment A). BACKGROUND In 2008, the City Managers of Los Altos, Mountain View, and Palo Alto agreed to a broad initiative of sharing public safety technology to conserve resources, improve response times, increase resiliency and redundancy of critical systems, and enhance interoperable communications among first responders. This initiative introduced the “virtual consolidation” concept, creating a framework to share public safety technology and communication systems. In 2012, the Tri-Cities Consortium was formally established1, and the cities collaborated to cost- share communications systems, jointly procuring a Computer Aided Dispatch (CAD) and Records Management System (RMS) through Intergraph Corporation, implemented in 2013. In 2020, the Consortium purchased Sun Ridge’s Police Records Management System (RMS)2, 1 City Council, February 21, 2012; Agenda Item #6, SR#1829 https://www.paloalto.gov/files/assets/public/v/1/from-archive/agendas-minutes-reports/reports/city-manager- reports-cmrs/2012/id-1829.pdf 2 City Council, November 30, 2020; Agenda Item #9, SR#11763 https://www.paloalto.gov/files/assets/public/v/1/agendas-minutes-reports/reports/city-manager-reports- cmrs/year-archive/2020-2/id-11763.pdf?t=62330.29 which included a CAD license to enable collection of state-mandated Racial and Identity Profiling Act (RIPA) data under AB 953, using Sun Ridge’s call-for-service module. In July 2023, the City of Los Altos, acting as the Contractual Agent for the Tri-Cities Consortium, issued a Request for Proposal (RFP) for a new CAD system. Sun Ridge Systems, Inc. was recommended as the preferred vendor based on service quality, staff expertise, and ability to provide future services. ANALYSIS On November 12, 2024, the City Council approved a new five-year CAD system contract with Sun Ridge Systems, Inc. as part of the Tri-Cities Consortium project3. The CAD system is a mission-critical platform for 9-1-1 call-taking, emergency response coordination, and daily public safety operations. To protect this critical system, the City is expanding its existing enterprise data protection standard, Rubrik, to the Police Department. Rubrik technology is already deployed at City Hall to safeguard servers and Microsoft 365 data; extending it to the CAD environment will enable seamless integration with the City’s disaster recovery infrastructure, allowing mutual replication and rapid restoration of CAD data between the two sites. Staff recommends the City purchase a Rubrik r6404s appliance, a three-year subscription to Rubrik Security Cloud, professional installation, and premium support through Dasher Technologies under the State of California’s Addendum of the NASPO cooperative purchasing contract4. Palo Alto Municipal Code allows an exemption from competitive solicitation when purchasing cooperatively with other public agencies using substantially similar procurement methods. This configuration provides hybrid on-site and cloud-based backup capabilities, enabling the Police Department to recover CAD and other mission-critical data quickly and securely in the event of hardware failure, natural disaster, or cybersecurity incidents such as ransomware. FISCAL/RESOURCE IMPACT The FY 2026 Adopted Capital Budget included the full funding necessary for the implementation of this project under project TE-23000, Computer Aided Dispatch (CAD) Upgrade. No further funding is being requested. As part of the Tri-Cities Consortium agreement (Memorandum of Understanding), the Rubrik hardware and software purchase supports the full CAD system shared by Palo Alto, Los Altos, and Mountain View. Hardware costs are evenly split among the three cities, consistent with the 3 City Council, November 12, 2024; Agenda Item #6, SR#2409-3524 https://cityofpaloalto.primegov.com/Portal/Meeting?meetingTemplateId=15608 4 NASPO ValuePoint California Participating Addendum: https:/static.carahsoft.com/concrete/files/5015/6173/2070/California.pdf terms of the MOU. The total cost for Rubrik is $105,112, with each city responsible for $35,038. Reimbursements will be processed per agency and are fully covered by the existing appropriations already included in the adopted Capital Budget. STAKEHOLDER ENGAGEMENT The Purchase Order was reviewed and coordinated with internal departments including legal, procurement, and financial functions to ensure alignment with City policies and procedures. ENVIRONMENTAL REVIEW The approval of this PO is exempt from review under the California Environmental Quality Act (CEQA) under CEQA Guidelines section 15061(c)(3). ATTACHMENTS Attachment A: Rubrik, PO # S26195255 APPROVED BY: Darren Numoto, Chief Information Officer; Lisa Bolger, Assistant Director Information Technology/CTO QUOTE NO. QUO-DSH027856 Staff Report No. 2507-5019. ATTN: Angela Armstrong This City of Palo Alto (City) Purchase Order agreement (PO) is entered into by and between City and Dasher Technologies, Inc., an authorized reseller to Rubrik Inc., pursuant to State of California Participating Addendum No. 7-17-70-40-05 with Rubrik, Inc., for the purchase of bundled solution covering hardware, cloud software licensing, support and services associated products and services as detailed in this PO. In entering into this PO, Dasher Technologies, Inc. represents and warrants that it is an authorized reseller for Rubrik Inc. This PO by reference incorporates the following contract documents in full into this PO by reference as though fully set forth herein: 1. State of California Participating Addendum #7-17-70-40-05 2. State of California Participating Addendum #7-17-70-40-05 -Amendment No.1 - Amendment No. 4. 3. City of Palo Alto Purchase Order Terms and Conditions. 0010 Rubrik r6404 Appliance 19,958 USD 1.00 19,957.81 City PM: Sneh.Kukreja@paloalto.gov Vendor Address DASHER TECHNOLOGIES INC A CONVERGE COMPANY PO BOX 103090 PASADENA CA 91189-3090 Tel: 408-722-2875 Bill To: City of Palo Alto Account PayableP.O.Box 10250Palo Alto, CA 94303 Ship To: Information Technology Services City of Palo Alto250 Hamilton Ave., 2nd FloorPalo Alto CA 94301 Item Material/Description Quantity UM Net Price Net Amount ______________________________________ Chief Procurement Officer THIS P.O. IS SUBJECT TO THE TERMS AND CONDITIONS STATED BELOW AND ON THE LAST PAGESPECIFICATIONS - Any specification and /or drawings referred to and/or attached hereto are expressly made a part of this Purchase Order.DELIVERY - Please notify the City promptly if delivery cannot be made on or before the date specified. If partial shipment is authorized, so indicate onall documents. Complete packing lists must accompany each shipment.INVOICE - A separate invoice is required for each order. Send to address indicated above. City of Palo Alto Purchasing and Contract Administration P.O.Box 10250 Palo Alto CA 94303 Tel:(650)329-2271 Fax:(650)329-2468 Service Order P.O. NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES, SHIPPING PAPERS AND CORRESPONDENCE PERTAINING TO THIS ORDER PO Number S26195255 Date 08/04/2025 Vendor No.107224 Payment Terms Payable immediately FOB Point Services Only Ship via See Info Below Term 09/08/2025 - 09/07/2028 Buyer/Phone Saira Cardoza / 650-329-2327 Email Saira.Cardoza@CityofPaloAlto.org DELIVERIES ACCEPTED ONLY BETWEEN 7:00 AM & 3:00 PM UNLESS OTHER ARRANGEMENTS ARE INDICATED HEREIN Page 1 of 2 Qty 1 Product RHA-6404S-01 Decrtiption r6404s Appliance, 4-node, 48TB raw HDD, 1.6TB SSD, SFP+ NIC 0020 Rubrik Security Cloud 70,643 USD 1.00 70,642.80 Qty 1080 Product RS-BT-FE-RSCG-PE-PP Description Rubrik Security Cloud - Government, Foundation Edition, per usable BETB, Premium Support, PrePay 0030 Support - 3 Year 8,711 USD 1.00 8,710.56 Qty 36 Product RS-HW-SVC-PE-S2 Description Support for R6000S-2 hardware, 1 Year Support, Premium Support 0040 Rubrik Professional Services 5,000 USD 1.00 5,000.00 Qty 1 Product RA-PS-INST-RMOT Description "Rubrik Professional Services, Remote Installation and Configuration of up to 8 briks per site, must be used within 6 months of purchase, prepay 0050 Shipping 800 USD 1.00 800.00 Freight Charge ------------------------- Sub-Total 105,111.17 Sales Tax 1,821.15 Vendor Address DASHER TECHNOLOGIES INC A CONVERGE COMPANY PO BOX 103090 PASADENA CA 91189-3090 Tel: 408-722-2875 Bill To: City of Palo Alto Account PayableP.O.Box 10250Palo Alto, CA 94303 Ship To: Information Technology Services City of Palo Alto250 Hamilton Ave., 2nd FloorPalo Alto CA 94301 Item Material/Description Quantity UM Net Price Net Amount ______________________________________ Chief Procurement Officer Total 106,932.32 THIS P.O. IS SUBJECT TO THE TERMS AND CONDITIONS STATED BELOW AND ON THE LAST PAGESPECIFICATIONS - Any specification and /or drawings referred to and/or attached hereto are expressly made a part of this Purchase Order.DELIVERY - Please notify the City promptly if delivery cannot be made on or before the date specified. If partial shipment is authorized, so indicate onall documents. Complete packing lists must accompany each shipment.INVOICE - A separate invoice is required for each order. Send to address indicated above. City of Palo Alto Purchasing and Contract Administration P.O.Box 10250 Palo Alto CA 94303 Tel:(650)329-2271 Fax:(650)329-2468 Service Order P.O. NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES, SHIPPING PAPERS AND CORRESPONDENCE PERTAINING TO THIS ORDER PO Number S26195255 Date 08/04/2025 Vendor No.107224 Payment Terms Payable immediately FOB Point Services Only Ship via See Info Below Term 09/08/2025 - 09/07/2028 Buyer/Phone Saira Cardoza / 650-329-2327 Email Saira.Cardoza@CityofPaloAlto.org DELIVERIES ACCEPTED ONLY BETWEEN 7:00 AM & 3:00 PM UNLESS OTHER ARRANGEMENTS ARE INDICATED HEREIN Page 2 of 2 CITY OF PALO ALTO SVS Rev. 04/14/2021 PURCHASE ORDER TERMS AND CONDITIONS Page 1 of 3 AGREEMENT. THIS AGREEMENT CONSISTS OF THE FOLLOWING AGREEMENT DOCUMENTS: (i) THE CITY'S P.O., (ii) THESE P.O. TERMS AND CONDITIONS, AND (iii) ANY EXHIBITS REFERENCED IN AND ATTACHED TO THE CITY'S P.O. IN THE EVENT OF AN INCONSISTENCY BETWEEN OR AMONG THE PROVISIONS OF THIS AGREEMENT, THE AGREEMENT DOCUMENTS SHALL HAVE THE ORDER OF PRECEDENCE AS SET FORTH IN THE PRECEDING SENTENCE. GOVERNING LAW. THIS AGREEMENT SHALL BE GOVERNED BY THE LAWS OF THE STATE OF CALIFORNIA WITHOUT REGARD TO CONFLICT OF LAW PROVISIONS. VENUE FOR ANY DISPUTE SHALL BE IN SANTA CLARA COUNTY, CALIFORNIA. THE PARTIES SHALL COMPLY WITH ALL APPLICABLE LAWS AND REGULATIONS IN THE PERFORMANCE OF THIS AGREEMENT. INDEPENDENT CONTRACTOR. THE PARTIES UNDERSTAND AND AGREE THAT IN PERFORMING THIS AGREEMENT, CONTRACTOR AND ANY PERSON EMPLOYED OR CONTRACTED WITH BY CONTRACTOR TO FURNISH LABOR AND/OR MATERIALS UNDER THIS AGREEMENT, SHALL ACT AS AND BE AN INDEPENDENT CONTRACTOR AND NOT AN AGENT OR EMPLOYEE OF CITY. IN ACCEPTING THISAGREEMENT, CONTRACTOR AFFIRMS THAT NO ONE WHO HAS OR WILL HAVE ANY FINANCIAL INTEREST UNDER THIS AGREEMENT IS AN OFFICER OR EMPLOYEE OF CITY. INSURANCE. CONTRACTOR AGREES TO PROVIDE THE INSURANCE SPECIFIED IN THE "INSURANCE REQUIREMENTS" FORM ISSUED HEREWITH. IN THE EVENT CONTRACTOR IS UNABLE TO SECURE A POLICY ENDORSEMENT NAMING THE CITY OF PALO ALTO AS AN ADDITIONAL INSURED UNDER ANY COMPREHENSIVE GENERAL LIABILITY OR COMPREHENSIVE AUTOMOBILE POLICY OR POLICIES, CONTRACTOR SHALL AT A MINIMUM, AND ONLY WITH THE WRITTEN APPROVAL OF CITY'S RISK MANAGER OR DESIGNEE, CAUSE EACH SUCH INSURANCE POLICY OBTAINED BY IT TO CONTAIN AN ENDORSEMENT PROVIDING THAT THE INSURER WAIVES ALL RIGHT OF RECOVERY BY WAY OF SUBROGATION AGAINST CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES IN CONNECTION WITH ANY DAMAGE, CLAIM, LIABILITY PERSONAL INJURY, OR WRONGFUL DEATH COVERED BY ANY SUCH POLICY. CONTRACTOR SHALL PROVIDE THIRTY (30) DAYS WRITTEN NOTICE TO CITY BEFORE ANY CANCELLATION OR CHANGE IN THE REQUIRED COVERAGE, SCOPE OR AMOUNT OF ANY SUCH POLICY/POLICIES/ENDORSEMENT(S). CONTRACTOR SHALL PROVIDE CERTIFICATES OF SUCH POLICIES OR OTHER EVIDENCE OF COVERAGE SATISFACTORY TO CITY'S RISK MANAGER, TO CITY AT THE COMMENCEMENT OF THIS AGREEMENT, AND ON RENEWAL OF THE POLICY, OR POLICIES, NOT LATER THAN TWENTY (20) DAYS BEFORE EXPIRATION OF THE TERMS OF ANY SUCH POLICY. TERMINATION. THIS AGREEMENT MAY BE TERMINATED BY CITY UPON TEN (10) DAYS WRITTEN NOTICE TO CONTRACTOR. MONIES THEN OWING BASED UPON WORK SATISFACTORILY ACCOMPLISHED SHALL BE PAID TO CONTRACTOR. CHANGES. THIS AGREEMENT SHALL NOT BE ASSIGNED OR TRANSFERRED WITHOUT THE WRITTEN CONSENT OF THE CITY. NO CHANGES OR VARIATIONS TO THIS AGREEMENT OF ANY KIND ARE AUTHORIZED WITHOUT THE WRITTEN CONSENT OF THE CITY'S PURCHASING MANAGER. AUDITS. CONTRACTOR AGREES TO PERMIT CITY TO AUDIT, AT ANY REASONABLE TIME DURING THE TERM OF THIS AGREEMENT AND FOR THREE (3) YEARS THEREAFTER, CONTRACTOR'S RECORDS PERTAINING TO MATTERS COVERED BY THIS AGREEMENT. CONTRACTOR FURTHER AGREES TO MAINTAIN SUCH RECORDS FOR AT LEAST THREE (3) YEARS AFTER THE TERM OF THIS AGREEMENT. NO IMPLIED WAIVER. NO PAYMENT, PARTIAL PAYMENT, ACCEPTANCE, OR PARTIAL ACCEPTANCE BY CITY SHALL OPERATE AS A WAIVER ON THE PART OF CITY OF ANY OF ITS RIGHTS UNDER THIS AGREEMENT. CITY'S PROPERTY. TITLE TO CITY'S PROPERTY FURNISHED TO CONTRACTOR SHALL REMAIN IN THE CITY. CONTRACTOR SHALL NOT ALTER OR USE PROPERTY FOR ANY PURPOSE, OTHER THAN THAT SPECIFIED BY CITY, OR FOR ANY OTHER PARTY WITHOUT THE PRIOR WRITTEN CONSENT OF CITY. CONTRACTOR SHALL STORE PROTECT, PRESERVE, REPAIR AND MAINTAIN SUCH PROPERTY IN ACCORDANCE WITH SOUND PROFESSIONAL PRACTICE, AT CONTRACTOR'S EXPENSE. NON-DISCRIMINATION. CONTRACTOR SHALL NOT DISCRIMINATE IN EMPLOYMENT OF ANY PERSON BASED ON RACE, SKIN COLOR, GENDER, GENDER IDENTITY, AGE, RELIGION, DISABILITY, NATIONAL ORIGIN, ANCESTRY, SEXUAL ORIENTATION, PREGNANCY, GENETIC INFORMATION OR CONDITION, HOUSING STATUS, MARITAL OR FAMILIAL STATUS, WEIGHT OR HEIGHT OF SUCH PERSON. WARRANTY. CONTRACTOR EXPRESSLY WARRANTS THAT ALL MATERIALS AND SERVICES COVERED BY THIS AGREEMENT SHALL CONFORM TO THE SPECIFICATIONS, REQUIREMENTS, INSTRUCTIONS, OR OTHER DESCRIPTIONS UPON WHICH THIS AGREEMENT IS BASED, SHALL BE FIT AND SUFFICIENT FOR THE PURPOSE INTENDED, OF GOOD MATERIAL AND WORKMANSHIP AND FREE FROM DEFECT AND THAT MATERIALS AND SERVICE OF CONTRACTOR'S DESIGN WILL BE FREE FROM DEFECT IN DESIGN, INSPECTION, TEST, ACCEPTANCE, PAYMENT OR USE OF THE GOODS FURNISHED HEREUNDER SHALL NOT AFFECT THE CONTRACTOR#S OBLIGATION UNDER THIS WARRANTY, AND SUCH WARRANTIES SHALL SURVIVE INSPECTION, TEST ACCEPTANCE AND USE. CONTRACTOR AGREES TO REPLACE, RESTORE, OR CORRECT DEFECTS OF ANY MATERIALS OR SERVICES NOT CONFORMING TO THE FOREGOING WARRANTY PROMPTLY, WITHOUT EXPENSE TO CITY, WHEN NOTIFIED OF SUCH NONCONFORMITY BY CITY. IN THE EVENT OF FAILURE BY CONTRACTOR TO CORRECT DEFECTS IN OR REPLACE NONCONFORMING GOOD OR SERVICES PROMPTLY. CITY, AFTER REASONABLE NOTICE TO CONTRACTOR, MAY MAKE SUCH CORRECTIONS OR REPLACE SUCH MATERIALS OR SERVICES AND CHARGE CONTRACTOR FOR THE COST INCURRED BY THE CITY THEREBY. WORKERS' COMPENSATION. CONTRACTOR, BY ACCEPTING THIS AGREEMENT, CERTIFIES THAT IT IS AWARE OF THE PROVISIONS OF THE CALIFORNIA LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKERS# COMPENSATION OR TO UNDERTAKE SELF-INSURANCE IN ACCORDANCE WITH THAT CODE, AND CERTIFIES THAT IT WILL COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS AGREEMENT. PRICE TERMS. (a) EXTRA CHARGES, INVOICES AND PAYMENT. NO EXTRA CHARGES OF ANY KIND WILL BE ALLOWED UNLESS SPECIFICALLY AGREED TO IN WRITING BY CITY.; ALL STATE AND FEDERAL EXCISE, SALES, AND USE TAXES SHALL BE STATED SEPARATELY ON THE INVOICES. (b) TRANSPORTATION CHARGES. ANY TRANSPORTATION CHARGES WITH RESPECT TO WHICH CONTRACTOR IS ENTITLED TO RECEIVE REIMBURSEMENT SHALL BE ADDED TO CONTRACTOR'S' INVOICE AS A SEPARATE ITEM, WITH THE RECEIPTED FREIGHT BILL ATTACHED THERETO. (c) CONTRACTOR WARRANTS THAT THE PRICES FOR MATERIALS OR SERVICES SOLD TO CITY UNDER THIS AGREEMENT ARE NOT LESS FAVORABLE THAN THOSE CURRENTLY EXTENDED TO ANY OTHER CUSTOMERS OF THE SAME OR LIKE ARTICLES OR SERVICES IN EQUAL OR LESS QUANTITIES. IN EVENT CONTRACTOR REDUCES ITS PRICE FOR SUCH MATERIALS OR SERVICES DURING THE TERM OF THIS AGREEMENT, CONTRACTOR AGREES TO REDUCE THE PRICES OR RATES HEREOF CORRESPONDINGLY. SCHEDULES OR DELIVERY. TIME IS OF THE ESSENCE OF THIS AGREEMENT. CONTRACTOR AGREES TO COMPLY WITH THE SPECIFIC SCHEDULE PROVIDED BY THE CITY OR AGREED UPON HEREIN WITHOUT DELAY AND WITHOUT ANTICIPATING CITY'S REQUIREMENTS. CONTRACTOR ALSO AGREES NOT TO MAKE MATERIAL COMMITMENTS OR SCHEDULING ARRANGEMENTS IN EXCESS OF THE REQUIRED AMOUNT OR IN ADVANCE OF THE TIME NECESSARY TO MEET THE SCHEDULE(S) OF THIS AGREEMENT, IF ANY. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR SHALL COMPLY WITH ALL REQUIREMENTS OF THE PALO ALTO MUNICIPAL CODE CHAPTER 4.62 (CITYWIDE MINIMUM WAGE), AS AMENDED FROM TIME TO TIME. IN PARTICULAR, FOR ANY EMPLOYEE OTHERWISE ENTITLED TO THE STATE MINIMUM WAGE, WHO PERFORMS CITY OF PALO ALTO SVS Rev. 04/14/2021 PURCHASE ORDER TERMS AND CONDITIONS Page 2 of 3 AT LEAST TWO (2) HOURS OF WORK IN A CALENDAR WEEK WITHIN THE GEOGRAPHIC BOUNDARIES OF THE CITY, CONTRACTOR SHALL PAY SUCH EMPLOYEES NO LESS THAN THE MINIMUM WAGE SET FORTH IN PALO ALTO MUNICIPAL CODE SECTION 4.62.030 FOR EACH HOUR WORKED WITHIN THE GEOGRAPHIC BOUNDARIES OF THE CITY. IN ADDITION, CONTRACTOR SHALL POST NOTICES REGARDING THE PALO ALTO MINIMUM WAGE ORDINANCE IN ACCORDANCE WITH PALO ALTO MUNICIPAL CODE SECTION 4.62.060. TRANSPORTATION, PACKAGING & LABELING. ALL MATERIALS OR SERVICES ARE TO BE PROVIDED (a) F.O.B. PALO ALTO UNLESS OTHERWISE SPECIFIED; (b) WITH A PACKING LIST ENCLOSED IN CARTONS, WHICH INDICATE THE AGREEMENT NUMBER, EXACT QUANTITY AND DESCRIPTIONS, CONCERNING ANY MATERIAL SHIPMENTS; (c) AND COMPLY WITH CURRENT PACKAGING AND LABELING REQUIREMENTS PRESCRIBED BY D.O.T. ENVIRONMENTALLY PREFERRED PURCHASING REQUIREMENTS. Contractor agrees to comply with the City#s Environmentally Preferred Purchasing Requirements. (1) Hazardous Waste: Contractor shall take-back all spent or otherwise discarded hazardous products sold to the City by the Contractor if the spent or discarded products are classified as hazardous or universal wastes by State or Federal regulations. Contractor shall provide convenient collection and recycling services (or disposal services if recycling technology is unavailable) for all universal wastes, which originate from the Vendor. Hazardous waste manifests or bills of lading must be provided to City staff upon request. Recycling and reuse of hazardous wastes must occur within the United States. Universal waste lists and information are available www.dtsc.ca.gov/HazardousWaste/UniversalWaste/. A hazardous waste list is available at http://www.calrecycle.ca.gov/LEA/Training/wasteclass/yep.htm. Additional information can be obtained by contacting the City of Palo Alto Hazardous Waste Department at (650) 496-6980. (2) Zero Waste and Pollution Prevention: Per Palo Alto City Council policy, the City is targeting to achieve Zero Waste by 2021. The City must also meet Municipal Regional Stormwater Permit requirements requiring no visible impact from litter via stormdrains by 2022. To that end the vendor, manufacturer and or contractor must individually or collaboratively comply with the waste reduction, reuse and recycling requirements of the City#s Zero Waste and Pollution Prevention Programs. Seller acknowledges and agrees that if Seller fails to fully and satisfactorily comply with these requirements, the City will suffer, as a result of Seller#s failure, substantial damages which are both extremely difficult and impracticable to ascertain. Therefore, the Seller agrees that in addition to all other damages to which the City may be entitled, in the event Seller fails to comply with the below requirements Seller shall pay City as liquidated damages the amounts specified below. The liquidated damage amount is not a penalty but considered to be a reasonable estimate of the amount of damages City will suffer as a result of such non-compliance. Sellers shall adhere to the standard that all printed materials provided to the City that are generated from a personal computer and printer including, proposals, quotes, invoices, reports, and public education materials shall be double-sided, printed on a minimum of 30% post-consumer content paper or greater unless otherwise approved by the City#s Environmental Services Division (650) 329-2117. Materials printed by a professional printing company shall be a minimum of 30% post-consumer material or greater and printed with vegetable-based inks. Liquidated damages of $30 per document will be assessed by City for failure to adhere to this requirement; All paper packaging must be Forest Stewardship Council (FSC) Certified. All primary, secondary and shipping (tertiary) packaging be minimized to the maximum extent feasible while protecting the product being shipped. All primary, secondary and shipping packaging shall be recyclable in the City#s recycling program. A complete list of items accepted for recycling are found at www.zerowastepaloalto.org or by calling (650) 496-5910. If any portion is received that does not meet this requirement, liquidated damages of $235 or a minimum of $50 if the combined product and shipping cost is $235 or less will be assessed by City for failure to adhere to this requirement. Expanded foam plastics (e.g., foam or cushion blocks, trays, packing #peanuts#), such as but not limited to polystyrene (aka StyrofoamTM), polypropylene, or polyurethane shall not be used as primary, secondary or tertiary/shipping packaging with the following exceptions: o Primary packaging made from these materials may be used if the vendor, manufacturer, contractor individually or collaboratively does one of the following: o takes the material back at the City's convenience and at no cost to the City, or o pays the City of Palo Alto's disposal costs via payment of liquidated damages of $235, or a minimum of $50 if the combined product and shipping cost is $235 or less. o Bioplastics that meet ASTM D6400 standards for compostability may be accepted with approval from the City's Environmental Services Division subject to local municipal compost facility requirements. o If approved by the City's Environmental Services Division, a packaging requirement may be waived if no other viable packaging alternative exists. (3) Energy and Water Efficiency: Contractor shall provide products with an ENERGY STAR, Water Sense or State of California standard rating, whichever is more efficient, when ratings exist for those products. A life cycle cost analysis shall be provided to the City upon request and shall at minimum include: first cost, operating costs, maintenance costs, and disposal costs. Contacts for additional information about City of Palo Alto Hazardous Waste, Zero Waste and Utilities programs: Hazardous Waste Program (Public Works) (650) 496-6980 Zero Waste Program (Public Works) (650) 496-5910 Watershed Protection (650) 329-2117 Energy Efficiency (650) 496-2244 (4) Liquidated Damages: Contractor agrees that failure to comply with the City's Environmentally Preferred Purchasing Requirements will result in Liquidated Damages, according to the table marked Liquidated Damages on page 3 of these P.O. Terms and Conditions. Event of Non-Performance Recycled Paper Use Failure to use 50% recycled content paper Recyclable Packaging Materials Failure of Contractor to Use secondary and shipping packaging that is recyclable in the City's recycling program. Expanded Foam Plastics Unapproved use of expanded foam plastics for secondary or shipping packaging Pallet Use Failure of Contractor to take-back and reuse pallets, recycling only broken pallets, at no additional cost to the City. Acceptable Performance Level (Allowed events per Fiscal Year) 1 1 0 1 Liquidated Damage Amount $30 per each document $235 or a minimum of $50 if the combined product and shipping cost is $250 or less will be incurred if this is not adhered to. $235 or a minimum of $50 if the combined product and shipping cost is $235 or less $262 or a minimum of $50 if the combined product and shipping cost is $2 or less CITY OF PALO ALTO SVS Rev. 04/14/2021 PURCHASE ORDER TERMS AND CONDITIONS NONCOMPLIANCE WITH ENVIRONMENTALLY PREFERRED PURCHASING REQUIREMENTS, LIQUIDATED DAMAGES: The following table lists the events that constitute breaches of the Agreement's standard of performance warranting the imposition of liquidated damages; the acceptable performance level, and the amount of liquidated damages for failure to meet the contractually required standards of performance. Page 3 of 3