Loading...
HomeMy WebLinkAbout17 - Bonita Creek Park Synthetic Turf Replacement Project (CAP09-0066)Y I TO: FROM: PREPARED BY: PHONE: TITLE: ABSTRACT: CITY OF NEWPORT REACH City Council Staff Report March 10, 2015 Agenda Item No. 17 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL David A. Webb, Public Works Director- (949) 644 -3330, dawebb@newportbeachca.gov Peter Tauscher, Civil Engineer (949) 644 -3316 Bonita Creek Park Synthetic Turf Replacement Project — Award to FieldTurf USA, Inc. (CAP09 -0066) Staff is requesting approval to purchase and contract for the installation of synthetic turf from FieldTurf USA, Inc. of Calhoun, Georgia at Bonita Creek Park through the California Multiple Award Schedule (CMAS). RECOMMENDATION: Authorize the Mayor to execute a contract with FieldTurf USA, Inc. based on substantially the same terms included in the State of California Multiple Awards Schedule Agreement No. 4- 06- 78- 0031A, for the purchase and installation of synthetic turf materials for use at the Bonita Creek Park Sport Fields. FUNDING REQUIREMENTS: Sufficient funding is available for the award of this purchase agreement. The following funds will be expended: Account Description Account Number Amount Major Facilities Financing Plan 7417- C4002017 $ 764,436.00 Total:$ 764,436.00 Proposed use is as follows: Vendor Purpose Amount FieldTurf USA, Inc. Procurement and Construction Contract $ 764,436.00 Total:$ 764,436.00 17 -1 0169111 1-19L*121E In 2009, the City conducted the Engineering Preliminary Study for Synthetic Turf Projects of the City of Newport Beach. The study indexed thirteen of the City's parks, ranking each based on criteria such as sport utilization, applicability of synthetic turf, construction costs, anticipated savings for field maintenance, water use reduction, and where we can show a significant increase in the number of users who can use the fields. The findings ranked Bonita Creek Park as the most ideal place for synthetic turf installation. This synthetic turf replacement project will replace the existing grass at the southerly portion of the Bonita Creek Park which includes the softball and football /soccer fields. The northerly half of the park will remain natural turf. By replacing the existing natural grass, the City expects that a net of over 67,000 field users annually will be able to use the synthetic turf field versus the amount that can use it today given today's field downtimes. There also will be a decrease in field maintenance costs and a reduction in water usage. On February 3, 2015, staff presented this project to the Parks, Beaches, and Recreation (PB &R) Commission. Following the presentation, the PB &R Commission posed questions to staff and the consultant. The majority of the public who provided public comments spoke in favor of the current project, noting how much they are looking forward to using the new synthetic turf fields. Following the presentation and discussion, the PB &R Commission voted 4 to 1 in support of the synthetic turf replacement project. In lieu of the traditional design- bid -build project delivery method, staff determined that the best economic method of construction of the new synthetic turf field would be to utilize the State's CMAS purchasing program managed by the State of California Department of General Services (DGS). The DGS manages and establishes costs for purchases through CMAS using competitive bid and offer processes from various product manufacturers, including those who specialize in synthetic turf. Through this state - managed CMAS competitive procurement and award process, public agencies are able to purchase products directly from the manufacturer using this system without undertaking a separate bid process. The City has been a regular user of the CMAS purchasing program to purchase a large variety of materials and equipment. The large pool of public agencies participating in CMAS creates an economy of scale allowing manufacturers to sell in greater volume passing the savings on to the participating agencies. Furthermore, the FieldTurfs CMAS contract states local agencies are not restricted by the state order limits and may establish their own limits. Following the recommendations in the 2009 report, staff from Public Works and Recreation & Senior Services Department conducted several meetings to discuss providing sufficient programming for all park users which include softball, soccer, and football. Several synthetic turf products were evaluated and it was concluded the best product for this park would be FieldTurf Revolution. The City's consultant, RJM Design Group, has designed numerous sports parks using FieldTurf products and included FieldTurf as part of the project specification. Staff research has found FieldTurf to be a proven, durable, high performance product that is recommended by local municipalities. By using FieldTurf the City is ensuring a quality product at a pre- negotiated price and will not need to pay any contractor mark -up for installation. The purchase and installation price of $764,436.00 established through CMAS includes taxes, performance and payment bond, insurance, grooming and maintenance equipment, and an eight year warranty. Excluding maintenance equipment, the per square foot cost of the 2.5 -inch and 2.25 -inch installed synthetic turf is $4.55 and $4.40, respectively. Currently, staff is also working with the Municipal Water District of Orange County ( MWDOC) in an effort to secure a rebate as part of their Orange County Turf Removal Program for up to $2.00 per square foot. Staff has applied for these funds and feels this project will qualify for the program. Staff will continue working to secure these funds but most likely will not receive a notice to proceed from MWDOC until April 2015. 17 -2 In addition to the selection and approval of this synthetic turf material, Public Works is also in the process of finalizing the construction drawings for the demolition, grading, sub - surface prepare and hardscape construction work that needs to take place prior to the turf installation. This bid package will be advertised in March, with construction expected to begin in late spring, heavy construction work taking place over the summer, and the rehabilitated park re- opening to the public prior to fall 2015 sports season. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ( "CEQA ") pursuant to Section 15302 (replacement of existing facilities involving negligible expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Man Attachment B - CMAS Contract No. 4- 06- 78 -0031A Attachment C - Purchase and Installation Contract 17 -3 NEW ? -:c= =r FXS: ING TREE TG RE! -01. ED d -rI�A VI77• ' r -,� l� " . =�+. rOOTEALL FELD- –� .. l, BE 160 „¢ 35G`FCCI`y.4L� rASN NEXV F0^T5AL� =S-L „X"EiNG TREE51GANCF* TO IZ5 -IA. N ITYt?) E?OLIG-lT FXT.,RES To PZRAJN ;YYF;, NEW 3:1 `l- R.F SLOPE- �rl 1 1 Y + 111 k 1 I� i 1 I I�1' I ' 111Y� II 1�4 f I 1 � 1+ 1 1 t I 1 I � I III ATTACHMENT A .SY+VT-EYiG YURP�SYRIPIN0j L f ) f /f f 7�-5•� INFICLD f J NarCa p2DaCSED % f CITY OF NEWPORT BEACH ^E. TL4F 5TR!PING; BONITA CREEK PARK SYNTHETIC FIELD TURF REPLACEMENT PROJECT PUBLIC WORKS DEPARTMENT LOCATION MAP CAP09 -0066 03/10/2015 17 -4 ATTACHMENT B Procurement Division i+ 0 707 Third Street, 25' Floor, MS #2 -202 ,.,::ia West Sacramento, CA 95605 -2811 State of California ULT6� LE SCHEDULE -r CONTRACT NUMBER: 4- 06- 76 -0031A SUPPLEMENT NO.: 3 CMAS CONTRACT TERM: 11/08/2011 through 11/30/2016 CONTRACT CATEGORY: Non Information Technology Goods APPLICABLE TERMS. & CONDITIONS:. August 2010 MAXIMUM ORDER LIMIT: $100,000 FOR USE BY: State & Local Government Agencies BASE GSA SCHEDULE NO.: GS- 07F -9631S BASE SCHEDULE HOLDER: I FieldTurf USA;, Inc. This contract provides for the purchase, warranty and installation of synthetic turf, surface and flooring. Installation charges are included in the price of the product. The purpose of this contract supplement is to incorporate the following change: Revise the original prompt payment language to align with the modification to the GSA Prompt Payment Terms: PAYMENTSAND INVOICES 1. Payment Terms Payment terms for this contract are net 45 days. Payment will be made in accordance with the provisions of the California Prompt Payment Act, Government Code Section 927 et. sec. Unless expressly exempted by statute, the Act requires State agencies to pay properly submitted, undisputed invoices not more than 45 days after (i) the date of acceptance of goods or performance of services; or (ii) receipt of an undisputed invoice, whichever is later. All other terms and conditions and provisions of the contract remain unchanged. r — Effective Date: 10/9/2012 JOHNSON, Program Analyst, California Multiple Award Schedules Unit 17 -5 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) FIELDTURF USA, INC. CMAS NO. 4- 06- 78- 0031A, SUPPLEMENT NO. 2 CMAS PRODUCT & SERVICE CODES The.CMAS Product & Service Codes listed below are for marketing purposes only. Review this CMAS contract and the base contract identified below for the products and /or services available on this contract.. Brand - Fieldturf Floor Cov- Hardwood Floor Cov- Rubber Sheeting/Tile Floor Cov -Sport Flooring Floor Cov- Synthetic Turf Playground- Surface Rubberized, Sport Surface- Synthetic Track AVAILABLE PRODUCTS AND1OR SERVICES Only products from the manufacturer(s) listed below are available within the scope of this contract: FieldTurf The ordering agency must verify all products and /or services are currently available on the base GSA schedule at the GSA eLibrary. Access the GSA eLibrary at www.gsaelibrary.gsa.gov. CMAS BASE CONTRACT This CMAS contract is based on some or all of the products and/or services and prices from GSA #GS- 07F -9631S ( FIELDTURF USA, INC.) with a GSA term of 810712011 through 8/06/2016. 'The term of this CMAS contract incorporates an extension of three months beyond the expiration of the base GSA contract, and is shown in the "CMAS Term Dates" on page 1. ISSUE PURCHASE ORDER TO Agency purchase orders must be mailed to the following address, or taxed to (514) 340-9374: FieldTurf USA, Inc. 8088 Montview Rd Montreal, QC H4P 21-7 CANADA Attn: Tara Clarini Agencies with questions regarding products and /or services may contact the contractor as follows: Phone: (514) 340-9311, Ext 158 E -mail: tara.clarini @fieldturf.com CALIFORNIA SELLER'S PERMIT FieldTurf USA,_Inc.'s California Seller's Permit No. is 97731798. Prior to placing an order with this company, agencies should verify that this permit is still valid at the following website: www.boe.ca.gov. Ordering Instructions and Special Provisions 2 CONTRACT PRICES The maximum prices allowed for the products and /or services available in this CMAS contract are those set forth in the base contract identified on page 2 of this contract. The ordering agency is encouraged to seek prices lower than those on. this CMAS contract. When responding to an agency's Request for Offer (RFO), the contractor can offer lower prices to be competitive.. DARFUR. CONTRACTING. ACT This contractor, has certified compliance to the Darfur Contracting Act per PCC section 10475, et.seq. See the attached certification from this contractor regarding this act. AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) Ordering departments executing purchases using ARRA funding, must attach the ARRA Supplemental Terms and Conditions document to their individual RFOs and purchase documents. Departments are reminded that these terms and conditions supplement, but do not replace, standard State terms and conditions associated with this CMAS contract. The ARRA Supplemental Terms and Conditions can be accessed at www. documents: dqs .ca.gov /pd /poliproc /ARRATand %20 C081009final.odf. WARRANTY For warranties, see the federal GSA schedule and the CMAS Terms and Conditions, General Provisions, CMAS' Warranty. DELIVERY 60 days after receipt order, or as negotiated between agency and contractor and included in the purchase order, or as otherwise stipulated in the contract. PURCHASING AUTHORITY DOLLAR THRESHOLD No CMAS order may be executed by a State agency that exceeds that agency's CMAS purchasing authority threshold or the CMAS maximum order limit, whichever is less. HOW TO USE CMAS 'CONTRACTS Agencies must adhere to the detailed requirements in the State Contracting Manual (SCM) when using CMAS contracts. The requirements for the following bullets are in the SCM, Volume 2, Chapter 6 (for non -IT) and the SCM, Volume 3, Chapter 6 (for IT): 17 -6 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) FIELDTURF USA, INC. CMAS NO. 4- 06- 78 -0031A, SUPPLEMENT NO. 2 • Develop a Request for Offer, which includes a Scope of Work (SOW), and Bidder Declaration form. For information on the Bidder Declaration requirements, see the SCM, Volume 2, Section 3.5.7 and Volume 3, Section 3.4.7. • Search for potential CMAS contractors at www.d.gs.ca.gov/pd/Programs/Levera.ged/CMAS.asp select "Find a CMAS Contract". • Solicit offers from a minimum of 3 CMAS contractors including one small business and/or DVBE, if available, who are authorized to sell the products and /or services needed • If soliciting offers from a certified DVBE, include the Disabled Veteran Business Enterprise Declarations form (Std. 843) in the Request for Offer. This declaration must be completed and returned by the DVBE prime contractor and /or any DVBE subcontractors. (See the SCM Volumes 2 and 3, Chapter 3) • This is not a bid transaction, so the small business preference, DVBE participation goals, protest language, intents to award, evaluation criteria, advertising, etc., are not applicable. • If less than 3 offers are received. State agencies must document their file with the reasons why the other suppliers solicited did not respond with an offer. • Assess the offers received using best value methodology, with cost as one of the criteria. • Issue a Purchase Order to the selected contractor, • For CMAS transactions under $5,000 only one offer is required if the State agency can establish and document that the price is fair and reasonable. • Orders for Information Technology goods and services exceeding $250,000 require approval by Agency Secretary and Department Director or immediate next ranking official. Local governments set their own order limits, and are not bound by the order limits on the cover page of this contract. SPLITTING ORDERS Splitting orders to avoid any monetary limitations is prohibited. Do not circumvent normal procurement methods by splitting purchases into a series of delegated purchase orders (SAM 3572). Splitting a project into small projects to avoid either fiscal or procedural controls is prohibited (SAM 4819.34). MINIMUM ORDER LIMITATION The minimum dollar value of an order to be issued under this contract is $2,000. Ordering Instructions and Special Provisions ORDERING PROCEDURES 1. Order Form State agencies shall use a Contract/Delegation Purchase Order (Std. 65) for purchases and services. Local governments shall, in lieu of the State's Purchase Order (Std. 65), use their own purchase order document. Electronic copies of the State Standard Forms can be found at the Office of State Publishing website. The site provides information on the various forms and use with the Adobe Acrobat Reader. Beyond the Reader capabilities, Adobe Acrobat advanced features may be utilized if you have Adobe Business Tools or Adobe Acrobat 4.0 installed on your computer. Direct link to the Standard Form 65: www.dqs.ce.gov/ospIProQrams/FormsManagementC enter /F i IIPri ntList, asox 2. Purchase Orders State and Local Government agencies are required to send a copy of each CMAS purchase order to: Department of General Services Procurement Division, Data Management Unit PO Box 989052, MS #2 -203 West Sacramento, CA 95798 -9052 (or via Interagency Mail Service #Z -1) The agency is required to complete and distribute the order form. For services, the agency shall modify the information contained on the order to include the service period (start and end date), and the monthly cost (or other intermittent cost), and any pertinent to the services being st for each line item should be rder, not just system totals. The contractor must immediately reject orders that are not accurate. Discrepancies are to be negotiated and incorporated into the order prior to the products and services being delivered. 3. Service and Delivery after Contract Expiration The purchase order must be issued before the CMAS contract end term expires. However, delivery of the products or completion of the services may be after the contract end term expires (unless otherwise specifically stated In the contract), but must be as provided for in the contract and as specified in the purchase order. 17 -7 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) FIELDTURF USA, INC. CMAS NO. 4-06-78-0031 A, SUPPLEMENT NO. 2' 4. Multiple Contracts on STD, 65 Order Form In response to our commitment to increase participation by small businesses, the Department of General Agencies may include multiple CMAS contracts from Services waives the administrative fee (a fee currently' the same contractor on a single Std, 65 charged to customer agencies to support the CMAS Contract/Delegation Purchase Order. For program) for orders to certified small business guidelines, see the SCM, Volumes 2 & 3, Chapter enterprises. 6.64.1. S. Amendments to Agency's Purchase Orders Agency, purchase orders cannot be amended if the CMAS contract has expired. The SCM, Volumes 2 & 3, Chapter 6.A5.0 provides the following direction regarding amendments to all types of CMAS purchase orders: Original orders, which include options for changes (e.g,, quantity ortime), that were evaluated and considered in the selection for award during the RFO process, may be amended consistent with the terms of the original order, provided that the original order allowed for amendments. If the original order did not evaluate options, then amendments are not allowed unless an NCB is approved for those amendments. Amendments unique to non -IT services are covered . in the SCM, Volume 2, Chapter 6:62.9 as follows: If the. original contract permitted amendments, but did not specify the changes (e.g., quantity or time), it may be amended. This only applies to the first amendment. The time shall not exceed one year, or add not more than 30% of the original order value and may not exceed $250,000. If the original contract did not have language permitting amendments, the NCB process must be followed. Also, seethe SCM, Volumes 2 & 3, Chapter 8, Topic 6, for more information on amending purchase orders. CONTRACTOR OWNERSHIP INFORMATION FieldTurf USA, Inc, is a large business enterprise. SMALL BUSINESS MUST BE CONSIDERED Prior to placing orders under the CMAS program, State agencies shall whenever practicable first consider offers. from small businesses that have established CMAS contracts [GC Section 14846(b)]. NOTE:: The ,Department of General Services auditors will request substantiation of compliance with this requirement when agency files are reviewed. The following website lists CMAS Small Business and Disabled Veteran Partners: www.dqs.ca.govlpd/Programs/Leveraged/CMAS.aspx then select "Find 'a.. CMAS Contractor." Ordering Instructions and Special Provisions See the current fees in the DGS Price Book at: www.dqs.ca.gov/ofs/Resources/Pricebook.aspx SMALL BUSINESSIDVBE - TRACKING State agencies are able to claim subcontracting dollars towards their small business or DVBE goals whenever the Contractor subcontracts a commercially useful function to a certified small business or DVBE. The Contractor will provide the ordering agency with the name of the small business or DVBE used and the dollar amount the ordering agency can apply towards its small business or DVBE goal. SMALL BUSINESSIDVBE - SUBCONTRACTING 1. The amount an ordering agency can claim towards achieving its small business or DVBE goals' is the dollar amount of the subcontract award made by the Contractor to each small business or DVBE. 2. The Contractor will provide an ordering agency with the following information at the time the order is quoted: a. The Contractor will state that, as the prime Contractor, it shall be responsible for the overall execution of the fulfillment of the order. b. The Contractor will indicate to the ordering agency how the order meets the small business or DVBE goal, as follows: • List the name of each company that is certified by the Office of Small Business and DVBE Certification that it intends to subcontract a commercially useful function to; and • Include the small business or DVBE certification number of each company listed, and attach a copy of each certification; and • Indicate the dollar amount of each subcontract with a small business or DVBE that may be claimed' by the ordering agency towards the small business or DVBE goal; and • Indicate what commercially useful . function the small business or DVBE subcontractor will be providing towards fulfillment of the order. 3:. The ordering agency's purchase order must be addressed to the prime Contractor, and the purchase order must reference the information provided by the prime Contractor as outlined above. 17 -8 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) FIELDTURF USA, INC. CMAS NO, 4- 06- 78- 0031A, SUPPLEMENT NO. 2 NEW EQUIPMENT REQUIRED, The State will procure .new equipment. . All equipment must be new (or warranted as newly manufactured) and the latest, model in current production. Used, shopworn, demonstrator, prototype, or discontinued models are not acceptable. Where Federal Energy Management Program (FEMP) standards are available, all State agencies shall purchase only those products that meet the recommended standards. All products displaying the Energy Star label meet the FEMP standards. SPECIAL MANUFACTURED GOODS Any contract for goods to be manufactured by the contractor specifically for the State and not suitable for sale to others may require progress payments. For Non -IT goods contracts, see the CMAS contract Non - IT Commodities Terms & Conditions, Provision #69, Progress Payments. PRODUCT INSTALLATION The contractor is fully responsible for all installation services performed under the CMAS contract. Product installations must be performed by manufacturer authorized personnel and meet manufacturer documented specifications. The prime contractor, as well as any subcontractors, must hold any certifications and /or licenses required for the project. PUBLIC WORKS (INSTALLATION' SERVICES ONLY) A public works contract is defined as an agreement for "the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind" in accordance with the Public Contract Code (PCC) Section 1101. State agencies planning these types of projects need to review the SCM, Volume 1, .Chapters 1.0 and 11 for applicable guidelines and regulations. Also, the Department of General Services (DGS), Real Estate Services Division (RESD) can be contacted at (916) 376 - 1748, if you have questions about these types of transactions. Agency CMAS purchase orders may allow for public works installation only when it is incidental to the total purchase order amount. The total dollar value of all public works services included in the purchase order must not exceed the dollar value of the products. Agencies are to ensure that the applicable laws and codes pertaining to the contractor and sub - contractor licensing, prevailing wage rates, bonding, labor code requirements, etc., are adhered to by the prime contractor as well as any sub - contractor during performance under the CMAS purchase order. Ordering Instructions and Special Provisions. The bond amount for public works has increased to a sum not less than one hundred percent (100 %) of the purchase order price. NOTE: In accordance. with Labor Code Section 1773.2, the ordering agency is responsible for determining the appropriate craft, classification or type of worker needed for any contract for public works. Also, the agency is to specify the applicable prevailing wage rates as determined by the Director of the Department of Industrial Relations (DIR). In lieu of specifying the prevailing wage rates, the agency may include a statement on the order that the prevailing wage rates are on file at the agency's office, and will be made available upon request. The prevailing wage rates are available from the DIR at www.dir.ca:gov (select Statistics. & Research) or (415) 703 -4774. Bonds: For guidelines, see CMAS contract, General Terms. and Conditions, Public Works Requirements. State Contractor's License: Public works, services can be obtained through CMAS only if incidental to the overall purchase order. If incidental public works services are included in the purchase order, prior to issuing the order agencies should contact the State Contractor's License Board at 1- 800- 321 -2752 or at www.cslb.ca.gov to verify that the Contractors License shown below is still active and in good standing. FieklTurf USA, Inc.'s California Contractor's License number is 849044. This is a Class D12 Synthetic Products license that is valid through 10131/2012. NOT SPECIFICALLY PRICED (NSP) ITEMS This provision is not applicable to this CMAS contract. STATE AND LOCAL GOVERNMENTS CAN USE CMAS Slate and local government agency use of CMAS contracts is optional. A local government is any city, county, city and county, district, or other local governmental, body or corporation, including UC, CSU, K -12 schools and community colleges empowered to expend public funds. While the State makes this contract available, each local government agency should make its own determination whether the CMAS program is consistent with their procurement policies and regulations. UPDATES. AND /OR' CHANGES A CMAS amendment is not required for updates and /or changes once the update and /or change becomes effective for the federal GSA schedule, except as follows: • A CMAS amendment tis required when the contract is based on products and /or services from another contractor's multiple award contract and the contractor wants to add a new manufacturers products and /or services. 17 -9 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) FIELDTURF'USA, INC. - CMAS NO. 4- 06- 78- 0031A, SUPPLEMENT NO. 2 A. CMAS amendment is required for new federal contract terms and conditions that constitute a material difference from existing contract terms and conditions. A material change has a potentially significant effect on the delivery, quantity or quality of items provided, the amount paid to the contractor or on the cost to the State. A CMAS amendment is required for changes to contracts that require California Prison Industry Authority (CALPIA) approval. A CMAS amendment is required to update and/or change terms and conditions and /or products and services based on a non - federal GSA. multiple award contract. SELF- DELETING FEDERAL GSA TERMS. AND CONDITIONS Instructions, or terms and conditions that appear in the Special Items or other provisions of the federal GSA and apply to the purchase, license, or rental (as applicable) of products or services by the U.S. Government in the United States, and /or to any overseas location shall be self- deleting. (Example: "Examinations of Records" provision). Federal regulations and standards, such as Federal Acquisition Regulation (FAR), Federal Information Resources Management Regulation (FIRMR), Federal Information Processing Standards (FIPS), General Services Administration Regulation (GSAR), or Federal Installment Payment Agreement (FIPA) shall be self - deleting. Federal blanket orders and small order procedures are not applicable. ORDER OF PRECEDENCE The CMAS Terms and Conditions shall prevail if there is a conflict between the terms and conditions of the contractor's federal GSA (or other multiple award contract), packaging, invoices, catalogs, brochures, technical data sheets or other documents (see CMAS Terms and Conditions, CONFLICT OF TERMS). APPLICABLE CODES, POLICIES AND GUIDELINES All California codes, policies, and guidelines are applicable. THE USE OF CMAS DOES NOT REDUCE OR RELIEVE STATE AGENCIES OF THEIR RESPONSIBILITY TO MEET STATEWIDE REQUIREMENTS REGARDING CONTRACTING OR THE PROCUREMENT OF GOODS OR SERVICES. Most procurement and contract codes, policies, and guidelines are incorporated into CMAS contracts. Notwithstanding this, there is no guarantee that "every" possible requirement that pertains to all the different and unique State processes has been included. Ordering Instructions and Special Provisions STATEWIDE PROCUREMENT REQUIREMENTS Agencies must carefully review and adhere to all statewide procurement requirements in the SCM, Volumes. 2 and 3, such as: • Automated' Accounting System requirements of State Administrative',Manual (SAM) Section 7260 -62 • Productive Use Requirements, per the SCM, Volume 3, Chapter 2, Section236.2. • SAM Sections 4819.41 and 4832 certifications for information technology procurements and compliance with policies. • Services may not be paid for in advance. • Agencies are required to file with the Department of Fair Employment and Housing (DFEH) a Contract Award Report Std. 16 for each order over $5,000 Within 10 days of award, including supplements that. exceed $5,090. Pursuant to Public Contract Code Section 10359 State agencies are to report all Consulting Services Contract activity for the preceding fiscal year to DGS and the six legislative committees and individuals that are listed on the annual memorandum from DGS. • Pursuant to Unemployment Insurance Code Section 1088.8, State and local government agencies must report to the Employment Development Department (EDD) all payments for services that equal $600 or more to independent sole proprietor contractors. See the contractor's' Std. Form 204, Payee Data Record, in the CMAS contract to determine sole proprietorship. For inquiries regarding this subject, contact EDD at (916) 651 -6945 for technical questions or (888) 745 -3886 for information and forms. Annual small business and disabled veteran reports. • Post evaluation reports. Public Contract Code 10369 requires State agencies to prepare post evaluations on form Std. 4 for all completed non -IT - consulting services contracts of more than $5,000. Copies of negative evaluations for non -IT consulting services only must be sent to the DGS, Office of Legal Services. The Bureau of State Audits requires State agencies annually to certify compliance with these requirements, ETHNICITY /RACE /GENDER REPORTING REQUIREMENT Effective January 1, 2007, in accordance with Public Contract Code 10111, State agencies are to capture information on ethnicity, race, and gender of business owners (not subcontractors) for all awarded contracts, including CAL -Card transactions. Each department is required to independently report this information to the Governor and the Legislature on an annual basis. Agencies are responsible for developing their own guidelines and forms for collecting and reporting this information. Contractor participation is voluntary. 17 -10 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) FIELDTURF USA, INC. CMAS NO. 4- 06- 78- 0031A, SUPPLEMENT NO. 2 PAYMENTS AND INVOICES The check covering this fee shall be made payable to the Department of General Services,.. CMAS. Unit, 1, Payment Terms and '.. mailed to the CMAS Unit along with the applicable Quarterly Report. Seethe provision in Prompt Payment. Terms: Prompt payment discount this contract entitled "Contractor Quarterly Report of 1 % when full payment is received with days or Process" for information on when and where to send less of installation completion. Net 45 days. these checks and reports. Payment will be made in accordance with the provisions of the California Prompt Payment Act, Government Code Section 927 et. seq. Unless expressly exempted by statute, the Act requires State agencies to pay properly: submitted, undisputed invoices .. not more than 45 days after (i) the date of acceptance of goods or performance of services; or (ii) receipt of an undisputed invoice, whichever is later. 2. Payee Data Record (Std. 204) Each State . accounting office must have a copy of the attached Payee Data Record (Std. 204) in order to process payment of invoices. Agencies should forward a copy of the Std. 204 to their accounting offiee(s). Without the Std. 204, payment may be unnecessarily delayed. 3. DGS Administrative and Incentive Fees Orders from State Agencies: The Department of General Services (DGS) will bill each State agency directly an administrative fee for use of CMAS contracts. The administrative fee. should NOT be included in the order total, nor remitted before an invoice is received from DGS. This administrative fee is waived for CMAS purchase orders issued to California certified small businesses. Seethe current administrative fees in the DGS Price Book at: www.dqs.ca.gov/ofs/Resources/Pricebook.aspx. Orders from Local Government Agencies: Effective for CMAS orders dated 171/2010 or later, CMAS contractors, who are not California certified small businesses, are required to remit to the DGS an'incentive fee equal to 1 %of the total of all local government agency orders (excluding: sales tax and freight) placed against their CMAS contract(s). This incentive fee is in lieu of local government agencies being billed the above referenced DGS administrative fee. This incentive fee is waived for CMAS purchase orders issued to California certified small businesses. Ordering Instructions and Special Provisions 4. Contractor Invoices Unless otherwise stipulated',, the contractor must send their invoices to the agency address set forth in the purchase order, Invoices shall be submitted in triplicate and shall include the following: Contract number • Agency purchase order number • Agency Bill Code • Line item number • Unit price • Extended line item price • Invoice total State sales tax and /or use lax shall be itemized separately and added to each invoice as applicable. The company name on the CMAS contract, purchase order and invoice must match or the State Controller's Office will not approve payment. 5. Advance Payments Advance payment lis- allowed for services only under limited, narrowly defined circumstances, e.g., between specific departments and certain types of non - profit organizations, or when paying another government agency (GC 11256 11263 and 11019). It is NOT acceptable to pay in advance, except software maintenance and license fees,, which are considered a subscription, may be paid in advance if a provision addressing payment in advance is included in the purchase order. Warranty upgrades and extensions may also be paid for in advance; one time., 6.. Credit -Card FieldTurf USA, Inc. does not accept the Slate of California credit card (CAL - Card). 7. Lease /Purchase Analysis State agencies must complete a Lease /Purchase Analysis (LPA) to determine best value when contemplating a lease /rental, and retain a copy for future audit purposes (SAM 3700). Approval by the Department. of General Services is not required.. 17 -11 CALIFORNIA MULTIPLE'AWARD SCHEDULE (CMAS) FIELDTURF USA, INC. CMAS NO. 4-06-78-0031A, SUPPLEMENT NO, 2 8. Leasing Except for Federal Lease to Own Purchase (LTOP) and hardware rental provisions with no residual value owed at end term ($1 residual value is .acceptable), .Federal GSA Lease provisions are NOT available through CMAS because the rates and contract terms and conditions are not acceptable or applicable to the State. SEAT Management financing options are NOT available through this contract. As an alternative, agencies may consider financing through the State's financial marketplace GS $Mart""'. All terms and conditions and lenders are pre - approved for easy financing. The GS $MartT^"' Internet address is www.dqs.ca.gov/pd/programs/statefnancialmarketplace.aspx. Buyers may contact the GS- $Mart"" Administrator, Pat Mullen by phone at (916) 375 -4617 or via e-mail at pat.mullen(@dgs.ca.gov for further information. CONTRACTOR QUARTERLY REPORT PROCESS Contractors are required to submit a detailed CMAS Business Activity Report on a quarterly basis to the CMAS Unit. See Attachment B for a copy of this form and instructions. This report shall be mailed to: Department of General Services Procurement Division — CMAS Unit Attention: Quarterly Report Processing PO Box 989052, MS #2 -202 West Sacramento, CA 95798 -9052 Reports that include checks for incentive fees or that exceed a total of 5 pages must be mailed and shall not be faxed or e- mailed. All other reports may be faxed or e- mailed to the attention of Quarterly Report Processing as follows: CMAS Unit Fax Number: (916) 375 -4663 CMAS Unit E -Mail: cmas @dgs.ca.gov For the full instructions on completing and submitting CMAS Quarterly Business Activity Reports, and a soft .copy of a blank quarterly report form, to www.dqs.ca.ciov/pd/Programs/Leveraged/CMAS.aspx. then select "For Suppliers /Contractors ". Important things to remember regarding CMAS Quarterly Business Activity Reports (referred to as "reports" below): • A report is required for each CMAS contract each quarter, even when no new purchase orders are received in the quarter.. • A separate report is required for each CMAS contract. • Each purchase order must be reported only once in the quarter identified by the purchase orderdate, regardless of when the services were performed, the products were delivered, the invoice was sent, or the payment was received. Ordering Instructions and Special Provisions 8 • Purchase orders from Stale and local government agencies must be separated on the report, as shown in the instructions. • Contractors must report the sales activity for all resellers listed on their CMAS contract. • Any report that does not follow the required format or that excludes required information will be deemed incomplete and returned to the contractor for corrections. Taxes and freight must not be included in the report. • For CMAS orders dated 1/1/2010 or later, contractors are no longer required to attach copies of purchase orders to their reports. This changed requirement will start on Q1 -2010 reports, which are due 4/15/2010, • For CMAS orders dated 1/1/2010 or later, contractors who are not California certified small businesses must attach to their quarterly report a check covering the required incentive fee for all CMAS sales to local government agencies (see more information below).. This new requirement will start on Q1 -2010 reports, which are due 4/15/2010. • New contracts, contract renewals or extensions, and contract modifications will be approved only if the contractor has submitted all required quarterly reports and incentive fees. CMAS Quarterly Business Activity Reports are due in the CMAS Unit within two weeks after the end of each quarter as shown below: 2uarter 1 Jan 1 to Mar 31 DueA r 15 Quarter 2 A r 1 to Jun 30 Due Jul 1.5 Quarter 3 Jul 1 to Sep 30 1 - Due. Oct 15 Quarter4 Oct 1 to Dec 31 I Due Jan 15 CONTRACTOR QUARTERLY INCENTIVE FEES CMAS contractors who are not California certified small businesses must remit to the DGS an incentive fee equal to 1 Wof the total of all local government agency orders (excluding sales tax and freight) placed against their CMAS contract(s). This incentive fee is in lieu of local government agencies being billed the above referenced DGS administrative fee. CMAS contractors cannot charge local government agencies an additional ly % charge on aseparate line item to cover the incentive fee. The contractor must include the 1 %p incentive fee in the price of the products or services offered, and the line item prices must not exceed the applicable GSA prices. A local government agency is any city, county, district, or other local governmental body, including the California State University (CSU) and University of California (UC) systems, K -12 public schools and community colleges empowered to expend public funds. This incentive fee is waived' for CMAS purchase orders issued to California certified '. small businesses. 17 -12 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) FIELDTURF USA, INC. CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 2 The check covering this fee shall be made payable to the Department of General Services, CMAS Unit, and mailed to the CMAS Unit along with the applicable Quarterly Report. See the provision in this contract entitled "Contractor Quarterly Report Process" for information on when and where to send these checks and reports. CONTRACTOR PROVIDES COPY OF THE CONTRACT AND SUPPLEMENTS CMAS contractors are required to provide the entire contract that consists of the following: • Cover pages with DGS logo and CMAS analyst's signature, and Ordering Instructions and Special Provisions. • Payee Data Record (Std. 204). • California CMAS Terms and Conditions. • Federal GSA Terms and Conditions. • Federal GSA products, services, and price list. • Supplements, if applicable. It is important for the agency to confirm that the required products, services, and prices are included in the contract and are at or below contract rates. To streamline substantiation that the needed items are in the contract, the agencies should ask the contractor to identify the specific pages from the contract that include the required products, services, and prices. Agencies should save these pages for their file documentation. CONTRACTORS ACTING AS FISCAL AGENTS ARE PROHIBITED When a subcontractor ultimately provides all of the products or performs all of the services that a contractor has agreed to provide, and the prime contractor only handles the invoicing of expenditures, then the prime contractor's role becomes that of a fiscal agent because it is merely administrative in nature, and does not provide a :Commercially Useful Function (CUF). It is unacceptable to use fiscal agents in this manner because the agency is paying unnecessary administrative costs. AGENCY RESPONSIBILITY Agencies must contact contractors to obtain copies of the contracts and compare them for a best value purchasing decision. Each agency is responsible for its own contracting program and purchasing decisions, including use of the CMAS program and associated outcomes. Ordering Instructions and Special Provisions This responsibility includes, but is not necessarily limited to, ensuring the necessity of the services, appropriate funding, complying with laws and policies, preparing the purchase order in a manner that safeguards the State's interests, obtaining required approvals,.. and documenting compliance with . Government Code 19130:'b (3) for outsourcing services. It is the responsibility of each agency to consult as applicable with their legalstaff and contracting offices for advice depending upon the scope or complexity of the purchase order. If you do not have legal services available to you within your agency, the DGS Office of Legal Services is available to provide services . on a contractual basis. CONFLICT OF INTEREST Agencies must evaluate the proposed purchase order to determine if there are any potential conflict of interest issues. See the attached CMAS Terms and Conditions, Conflict of Interest, for more information. FEDERAL DEBARMENT When federal funds are being expended, the agency is required to obtain (retain in file) a signed "federal Debarment" certification from the contractor before the. purchase order is issued. This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Pan 98, Section 98.510, Participants; responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160- 19211). LIQUIDATED DAMAGES FOR LATE DELIVERY The value of the liquidated damages must be included in the purchase order to be applicable, mutually agreed upon by agency and contractor; and cannot be a penally. ACCEPTANCE TESTING CRITERIA If the agency wants to include acceptance testing for all newly installed technology systems, and individual equipment, and machines which are added or field modified (modification of a machine from one model to another) after a successful performance period, the test criteria must be included in the purchase order to be applicable. SHIPPING. INSTRUCTIONS F.O.B. (Free On Board) Destination. Seller pays the freight charges. 17 -13 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) FIELDTURF USA, INC. CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. '2 AMERICANS WITH DISABILITY ACT (ADA1 Section 504 of the Rehabilitation Act of 1973 as amended; Title VI and VII of the Civil Rights Act of 1964 as amended; Americans with Disabilities Act, 42 USG 12101; California Code of Regulations, Title 2, Title 22; California Government Code, Sections 14135, et seq.; and other federal and State laws, and Executive Orders prohibit discrimination. All programs, activities, employment opportunities, and services must be made available to all persons, including persons with disabilities. See Attachment for Procurement Division's ADA Compliance. Policy of Nondiscrimination on the Basis of Disability. Individual government agencies are responsible for self compliance with ADA regulations. Contractor sponsored events must provide reasonable accommodations for persons with disabilities. DGS PROCUREMENT DIVISION CONTACT AND PHONE NUMBER Department of General Services Procurement Division, CMAS Unit 707 Third Street, 2ntl Floor, MS 202 West Sacramento, CA 95605 -2811 Phone # (916) 375 -4363 Fax# (916) 375 -4663 Ordering Instructions and Special Provisions 10 17 -14 CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) FIELDTURF USA, INC. CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 2 ATTACHMENT A ADA NOTICE Procurement Division (State Department of General Services) AMERICANS WITH DISABILITIES. ACT (ADA) COMPLIANCE POLICY OF NONDISCRIMINATION ON THE BASIS OF DISABILITY To meet and carry out compliance with the nondiscrimination requirements of the Americans With Disabilities Act (ADA), it is the policy of the Procurement Division (within the State Department of General Services) to make every effort to ensure that its programs, activities, and services are available to all persons, including persons with disabilities. For persons with a disability needing a reasonable accommodation to participate in the Procurement process, or for persons having questions regarding reasonable accommodations for the Procurement process, please contact the Procurement Division at (916) 375 -4400 (main office); the Procurement Division TTY /TDD (telephone device for the deaf) or California Relay Service numbers which are listed below. You may also contact directly the Procurement Division contact person who is handling this procurement. IMPORTANT: TO ENSURE THAT WE CAN MEET YOUR NEED, IT 1S BEST THAT WE RECEIVE YOUR REQUEST AT LEAST 10 WORKING DAYS 'BEFORE THE SCHEDULED EVENT (i.e., MEETING, CONFERENCE, WORKSHOP, etc.) OR DEADLINE DUE -DATE FOR PROCUREMENT DOCUMENTS. The Procurement Division TTY telephone numbers are: Sacramento Office: (916) 376 -1891 Fullerton Office: (714) 773 -2093 The California Relay Service Telephone Numbers are: Voice 1- 800 - 735 -2922 or 1 -888- 877 -5379 TTY: 1- 800 - 735 -2929 or 1.888- 877 -5378 Speech -to- Speech: 1- 800 -854 -7784 Ordering Instructions and Special Provisions 11 17 -15 ATTACHMENT B CMAS QUARTERLY BUSINIESS ACTIVITY REPORT Contractor Name: Contract Number: For Questions Regarding This Report Contact: Name: Phone Number: E-mail: Reporting Calendar Year: Reporting Quarter: Q1 (Jan -Mar) ❑ Q2 (Apr -Jun) ❑ Q3 (Jul -Sep) ❑ Q4 (Oct -Dec) ❑ Revision ❑ Check Here if No New Orders for This Quarter ❑ ;'S;TATE AGENCY PURCHASES,,' State Agency Name Purchase Order Number Purchase Order Date Agency Billing Code Total Dollars Per Purchase Order Agency Contact Agency Address Phone Number Total State Agency Dollars Reported for Quarter: $ LOCAL GOVERNMENT AGENCY PVJRC'HASES Local Government Agency Name Purchase Order Number Purchase Order Date Total Dollars Per Purchase Order Agency Contact Agency Address Phone Number Total Local Government Agency Dollars for Quarter: $ 1% Remitted to DGS (does not apply to CA certified S /Bs): $ Total of State and Local Government Agency Dollars Reported for this Quarter: $ Updated 1/1/2010 12 17 -16 ATTACHMENT E CMlAS QUARTERLY BUSINEss ACTIVITY REPORT Instructions for completing the CMAS Quarterly Business Activity Report. 1. Complete the top of the form with the appropriate information for your company. 2. Agency Name - Identify the State agency or Local Government agency that issued the order 3. Purchase Order Number - Identify the purchase order number (and amendment number if applicable) on the order form. This is not your invoice number.. This is the number the State agency or Local Government agency assigns to the order.. 4. Purchase Order Date - Identify the date the purchase order was issued, as shown on the order. This is not the date you received, accepted, or invoiced the order. 5. Agency Billing Code - Identify the State agency trilling code. This is a five -digit number identified on the upper right hand corner of the Std. 65 purchase order form. You must identify this number on all purchases made by State of California agencies. Billing codes are not applicable to Local Government agencies. 6. Total Dollars Per PO - Identify the total dollars of the order excluding tax and freight. Tax must NOT be included in the quarterly report, even if the agency includes tax on the purchase order. The total dollars per order should indicate the entire purchase order amount (less tax and freight) regardless of when you invoice order, perform services, deliver product, or receive payment. 7. Agency Contact - Identify the ordering agency's contact person on the purchase order. 8. Agency Address - Identify the ordering agency's address on the purchase order. 9. Phone Number - Identify the phone number for the ordering agency's contact person. 10. Total State Sales & Total Local Sales - Separately,identifythe total State dollars and /or Local Government agency dollars (pre -tax) for all orders placed in quarter. 11. 1 % Remitted to DGS - Identify 1 % of the total Local Government agency dollars reported for the quarter. This is the amount'to be remitted to DGS by contractors who are not California certified small businesses. 12. Grand Total - Identify the total of all State and Local Government agency dollars reported for the quarter. Notes: • A report is required for each CMAS contract, each quarter, even when there are no new orders for the quarter. • Quarterly reports are due two weeks after the end,of the quarter. Updated 1/1/2010 13 17 -17 STATE OF CALIFORNIA- DEPARTMENT OF FINANCE PAYEE DATA RECORD (Required When receiving payment from the State of California in lieu of IRS VV-9) STO:204 (Rev. 6 -2003) INSTRUCTIONS: Complete all information on this form. Sign, date, and return to the State agency (department/office) address shown at the bottom of this page. Prompt return of this fully completed form will prevent delays when processing. payments.. Information provided in this form will be used by State agencies to prepare Information Returns (1099),. See reverse side for more Information and Privacy Statement. .NOTE: Governmental entities, federal'• Stale,: and local (including school districts), are not required to submit this form. PAYEE'S LEGAL BUSINESS NAME (Type or Print) FleldTurf USA, Inc 2 SOLE PROPRIETOR— ENTER NAME AS SHOWN ON SSN (Last, First, M.I.) E -MAIL ADDRESS info fieldturfconi. MAILING ADDRESS BUSINESS ADDRESS 8088 moutvlew 175 North'IndustrialBlvd. ATE CITY, STATE, ZIP CODE CITY, STATE, ZIP CODE Montreal'; QC, 1-14P 2L7 Calhoun, G'A, 30701 '..ENTER FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEIN): 5.1 8 — 12 1 3 1 3 10 1 4 1 1 0 I NOTE: 3 Payment will not 0 PARTNERSHIP CORPORATION: be processed PAYEE. ❑ MEDICAL (e.g., dentistry, . psychotherapy, chiropraclic,. etc.). 'without an ENTITY Q ESTATE OR TRUST ❑. LEGAL (e.g., attorney Services) accompanying. TYPE ❑• EXEMPT (nonprofit) taxpayer I.D. number. ALL OTHERS CHECK ONE BOX Q INDIVIDUAL OR SOLE PROPRIETOR ONLY ENTER SOCIAL SECURITY NUMBER: (SSN required byeuthority of California Revenue and Tax Code Section 18646 ✓] California resident— Qualified to do business in California. or maintains a permanent place of business in California.. 0 California nonresident (see reverse side) - Payments to nonresidents for services may be Subject to State income tax PAYEE withholding. RESIDENCY ❑- No services performed in California. STATUS. ❑ Copy of Franchise Tax Board waiver of State withholding attached. 5 1 hereby certify under penalty of perjury that the information provided on this document is true and correct: Should my residency status change, Twill promptly notify the State agency below. AUTHOR17E6 EF REPRE EN(TATIVE'S NAME (Type Print) TITLE lor T1Lei hl 1I�tV �rii.. (A- UF D SIGNATUR DATE TELEPHONE.. OCR 1 r( `� rU j 800 .724 -2969 ,,Please return co pleted f rm to /� Department/Off! e: -. "A rr ..1 1 CE n L Y- '` S v-u ( °Cif. I�t Unit/Section: - -fl •. ", r V �r'S i Q Y� ' h i -)n - y 99 '1� (�'r1_ � 1.1 Mailing'Address: 7 '�' : -+ l mil'. F'r� 1 r� � —I l;J([i v _ II4,.O City /State /Zip: V LS1 .�.-t (_Vk:tYV�L'Yv�U' i �'.l1 L(+�iI.,C?� Telephone: ) ,� rJ ` L�3ic Fax: (L I ') ,:i-�S ° 4 L' l �i yl E -mail Address: f _Yr1Gt.5 -" G4G1- ('Gt. "o'i CVI 17 -18 CMAS CONTRACT APPLICATION GUIDE Darfur Contracting Act Certification Form Pursuant to Public Contract Code, section 10478, if a bidder or proposer currently or within the previous three years has, had business activities or other operations outside of the United States, it must certify that it is not a "scrutinized" company as defined in Public Contract Code section 10476. '(See back for instructions.) Therefore, to be eligible to submit a bid, proposal', or CMAS application, please insert your company name. and Federal ID Number and complete only one of the•followinothree paragraphs (via Initials for Paragraph ' #1 or Paragraph #2, or via initials and certification for Paragraph #3): i e ckTLx4 USA, Inc- . 56 a3�s DLI it C) Company /Vendor Name (Printed) Federal ID Number Printed Name and Title of Person Initialfng,(for Options 1 or 2) We do not currently have, or we have not had within the previous three years, business 1'. activities or other operations outside of the United States, Initials OR We are a scrutinized company as defined in Public Contract Code section 10476, but we have received written permission from the Department of General Services (DGS) to submit a bid or proposal pursuant to Public Contract Code section 10477(b). A copy of 2: the written permission from DGS is included with our bid or proposal. Initials OR We currently have, or we have had within the previous three years, business activities or other operations outside.of the United States, but we certify below that we are not a 3. scrutinized company as defined in Public Contract Code section 10476. Initials & Certification Below CERTIFICATION FOR #3' 1, the official named below, CERTIFY UNDER PENALTY OF PERJURY that Lam duly authorized to legally bind the prospective proposer /bidder /applicant to the clause listed above in #3. This certification is Made under the taws of the State. of California. IJC-Tpf>a D� oN-T I _ Date Executed Executed in the County and State of Note Regarding Change of Status — If your company has a change of status, with regard to this certification, during the term of your contract(s) then it is incumbent on your company to submit an updated Certificatiom. For questions regarding.. a change of status, . please contact the contract's designated State Contract Administrator. October 2010 '33 17 -19 GSPD -401 Non -IT Commodities -CMAS CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) GENERAL PROVISIONS - NON -1T COMMODITIES .DEFINITIONS,; The following terms shall be given the meaning shown, unless context requires otherwise or a'. unique meaning is otherwise specified: a) "Business entity" means any individual, business, partnership, joint venture,. corporation, S- corporation, limited liability corporation, limited liability partnership, sole' proprietorship, joint stock company, consortium, or other private legal entity recognized by statute. b) "Buyer" means the State's authorized Contracting official. c) "Contract" means this Contract or agreement (including.. any purchase order), by whatever name known or in whatever format used. d) "Contractor" means the Business Entity with whom the State enters into this Contract. Contractor shall be synonymous with "supplier', "vendor" or other similar term. e) "Goods" (commodities) means all types of tangible personal property, including but not limited to materials, supplies, and equipment. (including computer equipment and telecommunications). f) "State" means the government of the State of California, its employees and authorized representatives, including without limitation any department, agency, or other unit of the government of the State of :California. 2. CONTRACT FORMATION: If this Contract results from a Contract Offer; then Contractor's offer is deemed a firm offer and this Contract document is the State's acceptance of that offer. 3. COMPLETE INTEGRATION: This Contract, including any documents incorporated herein by express reference, is intended to be a complete integration and there are no prior or contemporaneous different or additional agreements pertaining to the-subject matter of the Contract.. 4. SEVERABILITY: The Contractor and the State agree that if any provision of this Contract is found to be .illegal or unenforceable, such term or provision shall be deemed stricken and the remainder of the Contract shall remain in full force and effect. Either party having knowledge of such term or provision shall promptly inform the other of the presumed non - applicability of such provision. 6. INDEPENDENTS CONTRACTOR: Contractor and the agents and employees of Contractor, in the performance of this Contract, shall act in an independent capacity and not as officers or employees or agents of the State. 6. APPLICABLE LAW: This Contract shall be governed by and shall be interpreted in accordance with the laws of the State of California; venue of any action brought with regard to this Contract shall be in Sacramento County, Sacramento, California. The United Nations Convention on Contracts for the International Sale of Goods shall not apply to this Contract. 7. COMPLIANCE WITH STATUTES AND REGULATIONS: a). Contractor warrants and certifies that in the performance of this Contract, it will comply with all applicable statutes, rules, regulations and orders of the United States and the State of California and agrees to indemnify the State against any - loss, cost, damage or liability by reason of :Contractor's violation of this provision. b) If this Contract is in excess of $554,000, it is subject to the requirements of the World. Trade Organization (WTO) .Government Procurement Agreement (GPA). August 2010 CONTRACTOR'S POWER AND AUTHORITY: The Contractor warrants that it has full power and authority to grant the rights herein granted and will hold the State harmless from and against any loss, cost, liability, and expense (including reasonable attorney fees) arising out of any breach of this warranty. Further, Contractor avers that it will not enter into any arrangement with any third party which might abridge any rights of the State under this Contract. a) The State will notify Contractor of any such claim in writing and tender the defense thereof within a reasonable time; and b) Contractor will have sole control of the defense of any action - on such claim and all negotiations for its settlement or compromise; .provided that (i) when substantial principles of government or public law are involved, when litigation might create precedent affecting future State operations or liability, or when involvement of the State is othewise mandated by law, the State may participate in such action at its own expense with respect to attorneys' fees and costs (but not liability); (ii) the State will have the right to approve or disapprove any settlement or compromise, which approval will not unreasonably be withheld or delayed; and (iii), the State will reasonably cooperate in the defense and in any related settlement negotiations. 9. CMAS -- ASSIGNMENT: This Contract shall not be assignable by the Contractor in whole or in part without the written: consent of the State. For the purpose of this paragraph, State will not unreasonably prohibit Contractor from freely assigning its right to payment, provided that Contractor remains responsible for its obligations hereunder. Should the State desire financing of the assets provided hereunder through GS $Mart, the State's financial marketplace, the Contractor agrees to assign to a State- designated lender its right to receive payment from the State for the assets in exchange for payment by the lender of the cash purchase price for the assets. Upon .notice to do so from the State- designated lender at any time ,prior to payment . by the State for the assets, the Contractor will execute and deliver to the State - designated lender an assignment agreement and any additional documents necessary for the State selected financing plan. The State - designated lender will pay the Contractor according, to the terms of the Contractor's invoice upon acceptance of the assets by the State. 10. WAIVER OF RIGHTS: Any action or inaction by the State or the failure of the State on any occasion, to enforce any right or provision of the Contract, shall not be construed to be a waiver by the State of its rights hereunder and shall not prevent the State from enforcing such provision or right on any future occasion. The rights and remedies of the State herein are cumulative and are in addition to any other rights or remedies that the State may have at law or in equity. 11: CMAS -ORDER OF PRECEDENCE: In they event of any inconsistency between the articles., attachments, specifications or provisions which constitute this Contract, the following order of precedence shall apply: a) these General Provisions – Non -IT Commodities; b). Contract form, i.e, Purchase Order STD 65, etc., and any amendments: thereto; C) federal GSA (or other multiple award) terms and conditions; Page 1'. of 1.0. 17 -20 GSPD -401 Non -1T Commodities -CMAS CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) GENERAL PROVISIONS - NON -IT COMMODITIES d) Statement of Work, . including any specifications incorporated by reference herein; e) special terms and: conditions; and f) all other attachments incorporated in the Contract by reference. 12. PACKING AND SHIPMENT: a) All Goods are to be packed in suitable containers for protection in shipment and storage; and in accordance with applicable specifications. Each container of a multiple container shipment shall be identified to:. i) show the number of the container and the total number of containers in the shipment; and ii) the number of the container in which the packing sheet has been enclosed. b) All shipments by Contractor or its subcontractors must include packing sheets identifying: the State's Contract number; item number; quantity and unit of measure; part number and description of the Goods shipped; and appropriate evidence of inspection, if required. Goods for different Contracts shall be listed on separate packing . sheets. c) Shipments must be made as specified in this Contract, as it may be amended, . or otherwise directed in writing . by the State's Transportation Management Unit within the Department of General Services, Procurement Division. 13. TRANSPORTATION COSTS AND OTHER FEES OR EXPENSES: No charge for delivery, . drayage, express, parcel post, packing, cartage, insurance, license fees, permits, cost of bonds, or for any other purpose will be paid by the State unless expressly included and. itemized in the Contract. a) "Contractor must strictly follow -Contract requirements regarding Free on Board (F.O.B.), freight terms and routing instructions. The State may permit use of an alternate .carrier at no additional cost to the State with advance written authorization of the Buyer. b) If "prepay and add" is selected, supporting freight bills are required when over $50, unless an exact freight charge is. approved by the Transportation Management Unit within the ,Department of General Services Procurement Division and a waiver is granted'. c) On "F.O.B. Shipping Point" transactions, should any shipments under the Contract be received by the State in a damaged condition and any related freight loss and damage claims filed :against the carrier or carriers be wholly or partially declined by the carrier or carriers with the inference that damage was the result of the act of the shipper such as inadequate packaging or loading or some inherent defect in the equipment and /or material, Contractor, on request, of the State, shall at Contractor's own expense assist the State in establishing carrier liability by supplying evidence that the equipment and /or material was properly constructed, manufactured, packaged, and secured to withstand normal transportation conditions. 14. TIME IS OF THE ESSENCE: Time is of the essence in this Contract. 15. DELIVERY: Contractor shall strictly adhere to the delivery and completion schedules specified in this Contract. Time, if stated as a number of days, shall mean calendar days unless . otherwise specified. The quantities specified herein are the only quantities required. If Contractor :delivers in excess of the quantities . specified herein,. the State shall . not be required to make any August 2010 payment for the excess Goods, and may return them to Contractor at Contractors expense or utilize any other rights available to the State at law or in equity. 16. SUBSTITUTIONS: Substitution of Goods may not be tendered without advance written consent of the Buyer. Contractor shall not use any specification in lieu of those contained in the Contract without written consent of the Buyer. 17, INSPECTION, ACCEPTANCE AND REJECTION: a) Contractor and its subcontractors will .provide and maintain a quality assurance system acceptable to the State covering Goods and services under this Contract and will tender to the State only those Goods that have been inspected .2nd found to conform to this Contract's requirements. Contractor will keep records evidencing inspections. and their result, and will make these records available to the State during Contract performance and for three years after final payment.. Contractor shall permit the State to review procedures, practices, processes and related documents to determine the acceptability. of Contractor's quality assurance system or other business practices related, to performance of the Contract. b) All Goods may be. subject to inspection and test bythe.. State or its authorized representatives. c) Contractor and its subContractors shall provide all reasonable facilities for the safety and convenience of inspectors at no additional cost to the State. Contractor shall furnish to Inspectors all information and data as may be reasonably required to perform their inspection. d) All Goods to be delivered hereunder may be subject to final inspection, test and acceptance by the State at destination, notwithstanding any payment or inspection at source -. e) The State shall give written notice of rejection of Goods delivered or services performed hereunder within a reasonable time after receipt of such Goods or performance of such services. Such notice of rejection will state the respects in which the Goods do not substantially conform to their specifications. If the State does not provide such notice of rejection within thirty (30) days, . unless otherwise specified in the Statement of Work, of delivery, such Goods and .services will be deemed to have been accepted. Acceptance by the State will be final and irreversible, except as it relates to latent defects, fraud, and gross mistakes amounting to _ fraud. Acceptance shall not be construed to waive any warranty rights . that the State might have at law or by :express reservation in this Contract with respect to any nonconformity. 16. SAMPLES: - a) Samples of items may be required :r by the State for inspection and specification testing and' must be furnished free of expense to the State. The samples furnished must be identical in all respects to the products offered and /or specified in the Contract. b) Samples, if not destroyed by tests, may, upon request made at the time the sample is furnished, be returned at Contractor's expense. 1.9. CMAS -- WARRANTY: The following warranty language is in addition to the warranty language "provided in the federal GSA Multiple Award Schedule or other base Contract used to establish this CMAS Contract: When there is a .conflict between the language, the following warranty language overrides. ,Page 2 of 10 17 -21 GSPD -401 Non -IT Commodities -CMAS CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) GENERAL PROVISIONS - NON -IT COMMODITIES Unless otherwise specified, the warranties contained in this .Contract begin after acceptance has occurred. a) Contractor warrants that Goods and services furnished hereunder will conform to the requirements of this Contract (including all descriptions, specifications and drawings made a part hereof), and such Goods will be merchantable, fit for their intended purposes, . free from all defects in materials and workmanship and to the extent not manufactured pursuant to detailed designs furnished by the State; free from defects in design. The State's approval of designs or specifications furnished by Contractor shall not relieve the Contractor of its obligations under this warranty. b) All warranties, including special warranties specified elsewhere herein, shall inure to the State, its successors, assigns, customer agencies and users of the Goods or services. 20. SAFETY AND ACCIDENT PREVENTION: In performing work under this Contract on State premises, Contractor shall conform to any specific safety requirements contained in the Contract or as required by law or regulation. Contractor .shall take. any additional precautions as the State may reasonably :require for safety and accident prevention purposes. Any violation of such rules and requirements, unless promptly corrected, shall be .grounds for termination of this Contract in accordance with the default provisions hereof. 21. INSURANCE: When performing work on property in the care, . custody or control of the State, Contractor shall maintain all commercial general liability insurance, workers' compensation insurance and any other insurance the State deems appropriate under the Contract.. Contractor shall furnish an insurance certificate evidencing required insurance coverage acceptable to the State. Upon request by the Buyer, the Contractor may be required to have the State shown as an "additional insured" on selected policies. 22. TERMINATION FOR NON - APPROPRIATION OF FUNDS: a) If the term of this Contract extends into fiscal years . subsequent to that in which it is approved, such continuation of the Contract is contingent on the appropriation of funds for such purpose by the Legislature. If funds to effect such continued payment are not appropriated, Contractor agrees to take back any affected Goods furnished under this Contract, terminate any services supplied to the State under this Contract,.and relieve the State of any further obligation therefor. b) STATE AGREES THAT IF PARAGRAPH (a) ABOVE IS INVOKED, GOODS SHALL BE RETURNED TO THE:. CONTRACTOR IN SUBSTANTIALLY THE SAME CONDITION IN WHICH DELIVERED TO THE STATE; SUBJECT TO NORMAL WEAR AND TEAR. STATE FURTHER AGREES TO PAY FOR PACKING, CRATING, TRANSPORTATION TO CONTRACTOR'S NEAREST FACILITY AND FOR REIMBURSEMENT TO THE CONTRACTOR FOR EXPENSES INCURRED FOR THEIR ASSISTANCE IN SUCH PACKING AND CRATING. 23. TERMINATION FOR THE CONVENIENCE OF THE STATE: a) The State may terminate performance of work under this Contract for its convenience in whole or, from time to time, in part, if the Department of General. Services, Deputy Director, Procurement Division, or designee, determines that a termination is in the State's interest. The Department of General Services, Deputy Director, Procurement Division, or August 201.0 designee, shall terminate by delivering to the Contractor a Notice of Termination specifying the extent of termination and the effective date thereof. The parties agree that, as to the terminated portion of the Contract, the Contract shall be deemed to remain in effect until such time as the termination settlement, if any, is concluded . and the Contract shall not be void. b) After receipt of a Notice of Termination, and except as directed by the State, the Contractor shall immediately proceed with the following obligations, as applicable, regardless of any delay in determining or adjusting any amounts due under this clause. The Contractor shall: i). Stop work as specified in the Notice of Termination. ii) Place no further subContracts for materials„ services, or facilities, except as necessary to complete the continued . portion of the Contract. iii) Terminate all subConlracts to the extent they relate. to the work terminated.. iv) Settle all outstanding liabilities and termination settlement proposals arising from the termination of subContracts; the approval or ratification of which will be final for purposes of this clause. 24. TERMINATION FOR DEFAULT: a) The State may, .subject to the Force Majeure ,paragraph contained herein, by written notice of default to the Contractor, terminate this Contract in whole or in part if the Contractor fails to: '1) Deliver the Goods or to perform the services within the time specified in the Contract or any amendment thereto; 'ii) Make progress, so as to endanger performance of this Contract (but see subparagraph (b) below); or :iii) Perform any of the other provisions of this Contract (but .see subparagraph (b), below). b) The State's right to terminate this Contract under subparagraphs (a)(ii) and (a)(iii) above, may be exercised if the Contractor does not cure such failure within the time frame stated in the cure notice issued by the Buyer. c) If the State terminates this Contract in whole or in part, it may acquire,, under the terms and in the manner the Buyer considers appropriate, Goods or services similar to those terminated, and the Contractor will be liable to the State for any excess costs for those Goods or services. However, the Contractor shall continue the work not terminated. d) If the Contract is terminated, for default, the State may require. the Contractor to transfer title and deliver to the State, as directed by the Buyer, any: i) Completed Goods, and ii) Partially completed. Goods and materials, .parts, tools, dies, jigs, fixtures, plans, drawings, information, and Contract rights (collectively referred to as "manufacturing materials" in this clause) that the Contractor has specifically produced or acquired for the terminated portion of this Contract. .Upon direction of the Buyer, the Contractor shall also protect and preserve property in its possession in which the State has an interest. e). The State shall pay Contract price for completed Goods delivered and accepted. The Contractor and Buyer shall .agree on the amount of payment for manufacturing materials delivered, and accepted for the protection and preservation of the property. Failure to agree will be a .dispute . under the Disputes clause.. The State may withhold from these amounts any sum the Buyer determines to be- Page 3 of 10 17 -22 GSPD -401 Non -1T Commodities -CMAS CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) GENERAL PROVISIONS - NOWIT'COMMODITIES necessary to protect the State against loss because of installed by the Contractor, or for damage to alterations or outstanding liens or claims of former lien holders, attachments that may result from the normal operation and f) If; after termination, it is determined that the Contractor was maintenance of the Goods provided by the Contractor during not in default, or that the default was excusable,.. the rights the Contract and obligations of the parties shall be the same as if the termination had been issued for the convenience of the 28. INDEMNIFICATION: Contractor agrees to indemnify, defend and State. save harmless the State, its officers, agents and employees from g) The' rights and remedies of the State in this clause are in any and all claims and losses accruing or resulting to any and all addition to any other rights and remedies provided . by law or Contractors, subcontractors, suppliers, laborers and any other under this Contract. person, firm, or corporation furnishing or supplying work, services, materials or supplies to connection with the 25. FORCE MAJEURE: performance of this Contract; and from any and all claims and Except for defaults of subContractors at any tier, the Contractor losses accruing or resulting to any person, firm or corporation shall not be liable for any excess costs if the failure to perform the which may be injured or damaged by Contractor in the Contract arises from causes beyond control and without the performance of this Contract, fault or negligence of the Contractor. Examples of such causes include, but are not limited to: 29. INVOICES: Unless otherwise specified, invoices shall be -sent to a) Acts of God or of the public enemy, and the address set forth herein. Invoices shall be submitted in b) Acts of the federal or state government in either its triplicate and .shall include the Contract number; release order sovereign or Contractual capacity. number (if applicable); item number; unit price, extended item If the failure to perform is caused by the default of a price and invoice total amount. State sales tax and /or use tax .subContractor at any tier, and if the cause of the default is .shall be itemized separately and added to each invoice as beyond the control of both the Contractor and subContractor, and applicable. without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform. - 30: REQUIRED PAYMENT DATE: Payment will be made in .accordance with the provisions of the California Prompt Payment 26. RIGHTS AND REMEDIES OF STATE FOR DEFAULT: Act, Government Code Section 927 et. seq. Unless expressly a) In the event any Goods furnished or services provided by exempted by statute, the Act requires state agencies to pay the Contractor in the performance of the Contract should fail properly submitted', undisputed invoices not more than 45 days . to conform to the requirements herein, or to the sample .after (i) the date of acceptance of Goods or performance of submitted by the Contractor, the State may reject the same, services; or (ii) receipt of an undisputed invoice, whichever is and' it shall become the duty of the Contractor to reclaim and later. remove the item promptly or to correct the performance of _ services, without expense to the State, and immediately 31. TAXES: Unless otherwise required by law, the State of California replace all such rejected items with others conforming to the is exempt from Federal excise taxes. The Stale will only pay for Contract. any State or local sales or use taxes on the services rendered or b) In addition to any other rights and remedies the State may Goods: supplied to the State pursuant to this Contract. have, the State may require Contractor, at Contractor's expense, to ship Goods via air freight or expedited routing. to 32. NEWLY MANUFACTURED GOODS: All Goods furnished under avoid or minimize actual or potential delay if the delay is the this Contract shall be newly manufactured Goods; used or fault of the Contractor.. _ reconditioned Goods area prohibited, unless otherwise specified. c) In the event of the termination of the Contract, either in whole or in part, by reason of default or breach by the 33: CONTRACT MODIFICATION: No amendment or variation of the Contractor, any loss or damage sustained by the State in terms, of this Contract shall be valid unless made in writing, procuring any items which the Contractor agreed to supply .signed by the parties and approved as required. No oral shall be borne and paid for by the Contractor. understanding or agreement not incorporated in the Contract is d) The State .reserves the right to offset the reasonable cost of binding on any of the parties. all damages caused to the State against any outstanding invoices- or amounts owed to Contractor or to make a claim 34. CONFIDENTIALITY OF DATA: All financial, statistical, personal, against the Contractor therefore, Technical and other data and information relating to the State's operation which are designated confidential by the State and 27. CONTRACTOR'S LIABILITY FOR INJURY TO PERSONS OR made available to the Contractor in order to carry out this DAMAGE TO PROPERTY: - Contract, or which become available to the Contractor to carrying a) The Contractor shall be liable for damages arising out of out this Contract, shall be protected by the Contractor from injury to the person and /or damage to the property of the unauthorized use and disclosure through the observance of the State, employees of the State, persons designated by the same or more effective procedural requirements as are State for training, or any other person(s) other than agents .applicable to the State. The identification of all such confidential or employees of the Contractor, designated by the State for data and information as well as the State's procedural any purpose, prior to, during, or subsequent to delivery, requirements for protection of such data and information from installation, acceptance, and use of the Goods .either at the unauthorized use and disclosure: shall be provided by the State in Contractors site or at the State's- place of business,.. writing to the Contractor: If the methods and procedures provided that the injury or damage was caused by the fault employed by the Contractor for the protection of the Contractor's or neligence of the Contractor. data and information are deemed by the State to be adequatefor b) Contractor shall not be liable for damages arising out of or the protection of the State's confidential information, such caused by an alteration or an attachment not made or methods and procedures may be used, with the written consent.. August 2010 Page 4 of 10 17 -23 GSPD -401 Non -IT Commodities -CMAS CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) GENERAL PROVISIONS - NON -IT COMMODITIES of the States to carry out the intent of this paragraph. 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 Contract, or is rightfully obtained from third parties. 35. NEWS RELEASES: Unless otherwise exempted, news releases pertaining to this Contract shall not, be made without prior written approval of the Department of General Services.. 36. PATENT, COPYRIGHT AND TRADE SECRET INDEMNITY: a) Contractor shall hold the State of California, its officers, agents and employees, harmless from liability of any nature or kind, including costs and expenses, for infringement or use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the Contract. b) Contractor may be required to furnish a bond to the State against any and all loss, damage, costs, expenses, claims and liability for patent, copyright and trade secret infringement. c) Contractor, at its own expense, shall defend any action brought against the State to the extent that such action is based upon a claim that the Goods or software supplied by the Contractor or the operation of such Goods pursuant to a current version of Contractor supplied operating software infringes a United States patent or copyright or violates a trade secret. The Contractor shall pay those costs and damages finally awarded against the State in any such action. Such defense and payment shall be conditioned on the following: i) That the Contractor shall be notified: within a reasonable time in writing by the State of any notice of such claim; and; ii) That the Contractor .shall have the sole control of the defense- of any action on such claim and all negotiations for its settlement or compromise, ..provided, however, that when principles of government or public law are involved, the State shall have the option to participate in such action at its own expense. d) Should. the Goods or software, or the operation thereof, become, or in the Contractor's opinion are likely to become, the subject of a claim of infringement of a United States patent or copyright or a trade secret, the State ..shall permit the Contractor at its option and expense either to procure for the State the right to continue using the Goods or software, or to replace or modify the same so that they become non - infringing. If none of these options can reasonably be taken, or if the use of such Goods or software by the State shall be prevented by injunction, the Contractor agrees to take back such Goods or software and make every reasonable effort to assist the State in procuring substitute Goods or software. If, in the sole opinion of the State, the return of such infringing Goods or software. makes the retention of other Goods or software acquired from the Contractor under this Contract impractical, the State shall then have the option of terminating such Contracts, or applicable portions thereof, 'without penalty or termination charge. The Contractor agrees to take back such Goods or software and refund any sums the State has paid Contractor less any reasonable amount for use ordamage. August 2010 e) The Contractor shall have no liability to the State under any provision of this clause with respect to any claim of patent, copyright or trade secret infringement which is based' upon: i) The combination or utilization of Goods furnished hereunder with equipment or devices not made or furnished by the Contractor, or, ii) The operation of equipment furnished by the .Contractor under the control of any operating software other than, or in addition to, the current version of Contractor - supplied operating software; or iii) The modification by the State of the equipment furnished hereunder or of the software; or iv) The combination or utilization of software furnished hereunder with non- Contractor supplied software. I) Contractor certifies that it has appropriate systems and controls in place to ensure that state funds will not be used in the performance of this Contract for the acquisition, operation or maintenance of computer software in violation of copyright taws. g) The foregoing states the entire liability of the Contractor to the State with respect to infringement of patents, copyrights or trade secrets. 37. EXAMINATION AND AUDIT: Contractor agrees that the State,. or its designated representative shall have the right to review and copy any records and supporting .documentation pertaining to performance of this Contract. Contractor agrees to maintain such records for possible audit for a.. minimum of three (3) years after final payment, unless a longer period of records retention is stipulated. Contractor agrees to allow the auditors) access to such records during normal business hours and to allow interviews of any employees or others who might reasonably have information related to such records.. Further, Contractor agrees to include a''similar right of the State to audit records and interview staff in any subContract related to performance of this Contract. 38. DISPUTES: a) The parties shall deal in good faith and attempt to resolve potential disputes :informally. If the dispute persists, Contractor shall submit to the Department Director or designee a written demand fora final decision regarding the disposition of any dispute between the.,parties arising under, related to or involving this .Contract, unless the State, on its own initiative, has already rendered' such a final decision. Contractor's written demand' shall be fully supported by factual information, and if such demand involves a cost adjustment to the Contract, Contractor shalt include with the demand awritten statement signed by an authorized person indicating that the demand is made in good faith, that the supporting data are accurate and complete and that the amount requested :accurately reflects. the Contract adjustment for which Contractor believes the State is liable. If the Contractor is not satisfied with the decision of the Department Director or-designee, the Contractor may appeal the decision to the Department of General Services, Deputy Director, Procurement Division. In the event that this Contract is for information technology Goods and /or services, the decision may be appealed to an Executive Committee of State and Contractor personnel. b) Pending the final resolution of any dispute arising under, related to or involving this Contract; Contractor agrees to .diligently .proceed. with the performance of this Contract,, including the delivery of Goods or providing of services in accordance with the State's instructions. Contractor's. failure Page 5 of 10 17 -24 GSPD401 Non -IT Commodities -CMAS CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) GENERAL PROVISIONS - NON -IT COMMODITIES to diligently proceed in accordance with the State's consideration in filling vacancies in positions funded by the instructions shall be considered a material breach of this Contract to qualified recipients of aid under Welfare and Contract. Institutions. Code Section 11200 in accordance with PCC Section c) Any final decision of the State shall be expressly identified 10353. as such, shall be in writing, and shall be signed by the Department Director or designee or Deputy Director, 41. COVENANT AGAINST GRATUITIES:. The Contractor warrants Procurement Division if an appeal was made. If the State that no gratuities (in the form of entertainment, gifts, or otherwise) fails to render a final decision within 90 days after receipt of were .offered or .given by the Contractor, or any agent or Contractor's demand, it shall be deemed a final .decision representative of the Contractor, to any officer or employee of the adverse to Contractor's contentions, The State's final State with a view toward securing the Contract or securing decision shall be conclusive and binding regarding . the favorable treatment with respect to any determinations dispute unless Contractor commences an action in a court concerning the performance of the Contract. For breach or of competent jurisdiction to contest such decision within 90 violation of this warranty, the Slate shall have the right to days following the date of the final decision or one (1) year terminate the Contract, either in whole or in part, and any loss or following the accrual of the cause of action, whichever is damage sustained by the Stale in procuring on the open market later. any items which Contractor agreed to supply shall be borne and paid for by the Contractor. The rights and remedies of the State 39. STOP WORK: provided in this clause .shall not be exclusive and are in addition a) The State may, at any time, by written Stop Work Order to " to any other rights and remedies provided by law or in equity. the Contractor, require the Contractor to stop all, or any part, of the work called for by this Contract for a period up to 90 42. NONDISCRIMINATION CLAUSE:. days after the Stop Work Order is delivered to the a) During the performance of this Contract, Contractor and its Contractor, and for any further period to which the parties subContractors shall not unlawfully discriminate, harass or may agree. The Stop Work Order shall be specifically :allow harassment, against any employee or applicant for Identified as such and shall indicate it is issued under this employment. because of sex, sexual orientation, race; color, clause. Upon receipt of the Slop Work Order; the ancestry, religious creed, national origin, disability (including Contractor shall immediately comply with its terms and take HIV and AIDS), medical condition (cancer), age, marital all reasonable steps to minimize the incurrence of costs status, and denial of family care. leave. Contractor and allocable to the work covered by the Stop Work Order during subContractors shall insure that the evaluation and the period of work stoppage. Within a period of 90 days treatment of their employees and applicants for employment after a Slop Work Order is delivered to the Contractor, or are free from such discrimination and harassment. within any extension of that period to which the parties shall Contractor and subContractors shall comply with the have agreed, the State shall either: provisions of the Fair Employment and Housing Act i) Cancel the Stop Work Order; or (Government Code, Section 12990 et seq.) and the ii) Terminate the work covered by the Stop Work Order as applicable regulations promulgated thereunder (California provided for in the termination for default or the Code of Regulations, Title 2, Section 7285.0 et seq.). The termination for convenience clause of this Contract. applicable regulations of the Fair Employment and Housing b) If a Stop Work Order issued under this clause is canceled or Commission implementing Government Code Section the period of the Stop Work Order or any extension thereof 12990 (a -f), set forth in Chapter 5 of Division 4 of Title 2 of expires, the Contractor shall resume work. The State shall the California Code of Regulations are incorporated into this make an equitable adjustment in the delivery schedule, the Contract by reference and made a part hereof as if set forth • Contract price, or both, and the Contract shall be modified, in full. Contractor and its subContractors shall give written in writing, accordingly, if: - notice of their obligations under this clause to labor i) The Stop Work Order results in an increase in the time organizations with which they have a collective bargaining or required for, or in the Contractor's cost properly other agreement. allocable to the performance of any part of this b) The Contractor shall include the nondiscrimination and Contract; and compliance provisions of this clause in all subContracts to it) The Contractor asserts its right to an equitable perform work under the Contract.. adjustment.. within 30 days after the end of the period of work stoppage; provided, if the State decides the 43. NATIONAL LABOR RELATIONS BOARD CERTIFICATION: facts justify the action, the State may receive and act Contractor swears under penalty of perjury that no more than one upon a proposal submitted at any time before final final, unappealable finding of contempt of court by a federal court payment under this Contract. has been issued against the Contractor within the immediately c) If a Stop Work Order is not canceled and the work covered preceding two -year period because of the Contractor's failure to by the Stop Work Order is terminated in accordance with the comply with an order of the National Labor Relations Board. This provision entitled Termination for the Convenience of the provision is required by, and shall be construed in accordance State, the Stale shall allow reasonable costs resulting from with, PCC Section 10296. the Stop Work Order in arriving at the termination settlement. - 44. ASSIGNMENT OF ANTITRUST ACTIONS. Pursuant to d) The State shall not be liable to the Contractor for loss of Government Code Sections 4552, 4553, and 4554, the following profits because of a Stop Work Order issued under this provisions are incorporated herein: clause. a) In submitting, an offer to the State, the supplier offers and agrees that if the offer is accepted, it will assign to the State 40. PRIORITY HIRING CONSIDERATIONS: If this Contract includes all rights, title„ and interest in and to all causes of action it services in excess of $200.000, the Contractor shall give priority may have under Section 4 of the Clayton Act (15 U.S.C. 15) August 2010 Page 6 of 10 17 -25 GSPD -401 Non -IT Commodities -CMAS CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) GENERAL PROVISIONS - NON -1T COMMODITIES or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and 47.. SWEATFREE CODE OF CONDUCT: Professions Code), arising from purchases of Goods, a) Contractor declares under penalty of perjury that no apparel; material, or services by the supplier for sale to the State garments or corresponding accessories, equipment; pursuant to the solicitation. Such assignment shall be made materials, or supplies furnished to the State pursuant to the and become effective at the time the State tenders. ;final Contract have been produced in whole or in part by payment to the supplier, sweatshop labor, forced labor, convict labor, indentured b) If the State receives, either through judgment or settlement, labor under penal sanction, abusive forms of child labor or a monetary recovery for -a cause of action assigned under exploitation of children in sweatshop labor, or with the this chapter, the assignor shall be entitled to receive benefit of sweatshop labor, forced labor, convict labor, reimbursement for actual legal costs incurred and may, indentured labor under penal sanction, abusive forms of upon demand, recover from the State any portion of the child labor or exploitation of children in sweatshop labor. recovery, including treble damages, attributable to Contractor further declares under penalty of perjury that they overcharges that were paid by the assignor but were not adhere to the Sweatfree Code of Conduct as set forth on'the paid by the State as part of the offer price, . less the California Department of Industrial Relations website located expenses incurred in obtaining that portion of the recovery. at www.dicca.aov, and Public Contract Code Section 6108. c) .Upon demand in writing by the assignor, the assignee shall, b) Contractor agrees to cooperate fully in providing reasonable within one year from such demand, reassign the cause of access to its records, documents, agents or employees, or action assigned under this part if the assignor has been or premises if reasonably required by authorized officials of the may have been injured by the violation of law for which. the State, the Department of Industrial Relations, or the .cause of action arose and Department of Justice to determine Contractor's compliance i) the assignee has not been injured'thereby, or with the requirements under paragraph (a). ii) the assignee .declines to file a court action for the cause of action.. 48. RECYCLING: The Contractor shall certify in writing under penalty of perjury, the minimum, if not exact, percentage of post. 45. DRUG -FREE WORKPLACE CERTIFICATION: The Contractor consumer material as defined in the Public Contract Code certifies under penalty of perjury under the laws of the State of Section 12200, in products, materials,. Goods, or supplies. offered California that the Contractor Will comply with the requirements of or sold to the State regardless of whether the product meets the the Drug -Free Workplace Act of 1990 (Government. Code Section requirements of Section 12209. With respect to printer or 8350 at seq.) and will provide a drug -free workplace by taking the duplication cartridges that comply with the requirements of following actions: 'Section 12156(et. the certification required by this subdivision a) Publish a statement notifying employees that unlawful shall specify that the cartridges so comply (PCC 12205). manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying 49. CHILD SUPPORT COMPLIANCE ACT: For any Contract in actions to be taken against employees for violations; as excess of $100,000, the Contractor acknowledges in accordance required by Code. Section 8355(x). with PCC Section 7110, that:. b) Establish a Drug -Free Awareness Program as required by a) The Contractor recognizes the importance of child and. Government Code. Section 8355(b) to inform employees family support obligations and shall fully comply with all about all of the following: applicable state and federal laws relating to child and family i) the dangers of drug abuse in the workplace; support enforcement, including, but not limited to, disclosure ii) the personls or organization's policy of maintaining a of information and compliance with .earnings- assignment drug -free workplace; orders, as provided in Chapter 8 (commencing with Section iii) any available counseling, rehabilitation and employee .5200) of Part 5 of Division 9 of the Family Code;, and assistance programs; and, b) The Contractor, to the best of its knowledge is fully iv) penalties that may be imposed upon employees for complying with the earnings assignment orders of all drug abuse violations. employees and is providing the names of all new employees c) Provide, as required by Government Code Section 6355(c), to the New Hire Registry maintained by the California that every employee who works on the proposed or resulting Employment Development Department. Contract: - i) will receive a copy of the company's drug -free policy 50. AMERICANS WITH DISABILITIES ACT: Contractor assures the statement; and, State. that Contractor complies with the Americans with ii) will agree to .abide . by the terms of the company's Disabilities Act of 1990 (42 U.S.C. 12101 at sec). statement as a condition of employment on the Contract 51, ELECTRONIC WASTE RECYCLING ACT OF 2003: The Contractor certifies that it complies with the requirements of the 46. FOUR -DIGIT DATE. COMPLIANCE: Contractor warrants that it Electronic Waste- Recycling Act of 2003, Chapter 8.5, Part 3 of will provide only Four -Digit Date Compliant (as defined below) Division 30, commencing with Section 42460 of the Public Deliverables and /or services to the State. 'Four Digit. Date Resources Code, relating to hazardous and solid. waste -. Compliant" Deliverables and services can accurately process; Contractor shall maintain documentation and provide reasonable .calculate, compare, and sequence date data, including without access to its records and documents that evidence compliance, limitation date data arising out of or relating to leap years and changes in centuries. This warranty and representation is subject 52. USE TAX COLLECTION: In accordance with PCC Section to the warranty terms and conditions of this Contract and does 10295.1, Contractor certifies that it complies with the, not limit -the generality of warranty obligations set forth elsewhere requirements of Section 7101 of the Revenue and Taxation Code. herein. Contractor further certifies that. it will immediatelyadvise -State of August 2010. Page 7 of 10 17 -26 GSPD -401 Non -IT Commodities -CMAS CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) GENERAL PROVISIONS - NON -1T COMMODITIES any change in its retailer's seller's permit or certification of registration or applicable affiliate's seller's permit or certificate of registration as described in subdivision (a) of PCC Section 10295.1. 53. EXPATRIATE CORPORATIONS: Contractor hereby declares that it is not an expatriate corporation or subsidiary of an expatriate corporation within the meaning of PCC Section 10286 and 10286.1, and is eligible to Contract with the State. 54. DOMESTIC PARTNERS: For Contracts over $100,000 executed or amended after January 1, 2007, the Contractor certifies that the Contractor is in compliance with Public Contract Code section 10295.3. 55. SMALL. BUSINESS PARTICIPATION AND DVBE PARTICIPATION REPORTING REQUIREMENTS: a) If for this Contract Contractor made a commitment to achieve small business participation, then Contractor must within 60 days of receiving final payment under this Contract (or within such other time period as may be specified elsewhere in this Contract) report to the awarding department the actual percentage of small business participation that was achieved. (Govt. Code § 14841.) b) If for this Contract Contractor made a commitment to achieve disabled veteran business enterprise (DVBE) participation, then Contractor must within. 60 days of receiving final payment under this Contract (or within such other time period as may be specified elsewhere in this Contract) certify in a report to the .awarding department: (1) the total amount the prime Contractor received under the Contract; (2) the name and address of the DVBE(s) that participated in the performance of the Contract; (3) the amount each DVBE received from the prime Contractor; (4) that all payments under the Contract have been made to the DVBE; and (5) the actual percentage of DVBE participation that was achieved. A person or entity that knowingly provides false information shall be subject to a civil penalty for each violation. (Mil. & Vets. Code § 999.5(d); Govt. Code § 14841:) 56. LOSS LEADER: It is unlawful for any person engaged in business within this state to sell or use any article or product as a "loss leader" as defined in Section 17030 of the Business and Professions Code. (PCC 10302(6).). ADDITIONAL CMAS TERMS AND CONDITIONS 57. CMAS =- CONTRACTOR'S LICENSE REQUIREMENTS: Contracts that include installation or the wording "Furnish and Install" require at the time of Contract award that Contractors possess a valid California State Contractor's License. If sub - Contractors are used,'they must also possess a valid California State Contractor's License. All businesses which construct or alter any building, highway, road, packing facility; railroad, excavation, or other structure in California must be licensed by the California State License Board (CSLB) if the total cost (labor and materials) of the project is $500.00 or more. Failure to be licensed or to keep the license current and in good standing . shall . be grounds for Contract revocation. August 2010 58. CMAS - PUBLIC WORKS REQUIREMENTS (LABORII N STAL LATI ON ); a) Prior to the commencement of performance, the Contractor must obtain and provide to the State, -a payment bond, on Standard Form .807, when The Contract involves a public works expenditure (laborlinstallation costs) in excess of $5,000. Such bond shall be in a sum not less than one hundred percent (100 %) of the Contract price. Forms shall be provided to the Contractor. b) In accordance with the provisions of Section 1773 of the California Labor Code, the Contractor shall, conform and stipulates to the general prevailing rate of wages, including employer benefits as defined in Section 1773.1 of the California Labor Code, applicable to the classes of labor to be used for public works such as at the delivery site for the assembly and installation of the equipment or materials under the purchase order. Pursuant. to Section 1770 of the California Labor Code, the Department of Industrial Relations has ascertained the general prevailing . rate of wages in the county in which the work is to be done; to be as listed in the Department of Transportation booklet entitled General 'Prevailing Wage Rates. The booklet is compiled monthly and copies of the same are available from the Department of Industrial Relations, Prevailing Wage Unit at www;dicca.eov (select :Statistics & Research) or (415) 703- 4774. The booklet is required to be posted at the !job site. c) The Contractor hereby certifies by signing this Contractthat:. 1) Contractor has met or will comply with the standards of affirmative compliance with the Non - Discrimination Clause Requirements included herein. ii) Contractor is aware of the provisions of Section 3700 of the tabor Code that require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that Code, and Contractor will comply with such provisions before commencing the .performance of the work of the purchase order. d) Laws to be Observed i) Labor Pursuant to Section 1775 of the California Labor Code the Contractor shall, as a penalty to the State or Political subdivision on whose behalf the purchase order is made or awarded, . forfeit not more than fifty ($50.00) for each calendar day, or portions thereof, for each worker paid by him or subContractor under him, less than the prevailing wage so stipulated; and in addition, the Contractor further agrees to pay to each workman the difference between the actual amount paid for each calendar .day, or portions thereof, and the stipulated prevailing wage rate for the same. This provision :shall not apply to properly indentured apprentices. Pursuant to Sections '1810 -1815 of the California Labor Code, inclusive, it is further agreed that the maximum hours a worker is to be employed is limited to eight hours a day and forty hours a week and the Contractor shall forfeit, as a penalty to the State, twenty -five ($25) for each worker employed in the execution of the purchase order for each calendar day during which a workman is required or permitted to labor more than eight hours in any calendar day or more than forty hours in any calendar week, in violation of California Labor Code Sections 1810 - 1815, inclusive. Worker's Compensation Insurance Page 8 of 10 17 -27 GSPD -401 Non -IT Commodities -CMAS CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) GENERAL PROVISIONS - NON -IT COMMODITIES The Contractor will be required to secure the payment of individual orders), except for State construction projects, which compensation to its employees in accordance with the are funded- in whole or in part by the federal government may be provisions of Labor Code Section.3700. canceled with 30 days notice, and are subject to the following: iii) Travel and Subsistence Payments a) It is mutually understood between the parties that this Travel and subsistence payments shall be paid to each Contract (order) may have been written before ascertaining worker needed to execute the work, as such travel and the availability of congressional appropriation of funds, for subsistence payments are defined in the applicable the mutual benefit of bath parties, in order to avoid program collective bargaining agreements filed in accordance and fiscal delays which would occur if the Contract (order) with Labor Code Section 1773,8. were executed after that determination was made. iv) Apprentices b) This Contract (order) is valid and enforceable only if - Special attention is directed to Sections 1777.5, 1777.6., sufficient funds are made available to the State by the and 1777.7 of the California Labor Code and Title 8, United States Government for the fiscal year during which California Administrative Code Section 200 at seq. Each the order was generated for the purposes of this program. Contractor and /or subContractor must, prior to In addition, this Contract (order) is subject to any additional commencement of the public works Contract/purchase: restrictions, limitations, or conditions enacted by the order, contact the Division of Apprenticeship Standards, Congress or any statute enacted by the Congress that may 525 Golden Gate Avenue, San Francisco, CA, or one of affect the provisions, terms or funding of this Contract . its branch offices to insure compliance and complete (order) in any manner, understanding of the law regarding apprentices and c) It is mutually .agreed that if the Congress does not specifically the required ratio thereunder. Responsibility appropriate sufficient funds for the ,program, this Contract for compliance with this section .lies with the prime (order) shall be amended to reflect any reduction in funds. Contractor. The •department has the option to void the Contract (order) v) Payroll under the 30 -day cancellation clause or to amend the The Contractor shall keep an accurate payroll record Contract to reflect any reduction of funds. .(showing the name, social security account, and work classification specific and straight time and overtime 63. CMAS -- CONFLICT OF INTEREST: hours worked by each employee. A certified copy of the a) Current State Employees (Public Contract Code Section employee's payroll record .shall be available for 10410): inspection as specified in .section 1776 of the California i) No officer or employee shall engage in any Labor Code. employment; activity or enterprise from which the officer or employee . receives compensation or has a 59. CMAS —TERMINATION OF CMAS CONTRACT: financial interest . and which is sponsored or funded by a) The State may terminate this CMAS Contract at any time any State agency, unless the employment, activity or upon 30 days prior written notice. enterprise is required as a condition of regular State b) If the Contractor's GSA Multiple Award Schedule is employment. terminated within the term of the California Multiple .Award ii) No officer or employee shall Contract on his or her own Schedule, the California schedule shall also be considered behalf as an independent Contractor with any State terminated on the same date. agency to provide Goods or services. c) Upon termination or other expiration of this Contract, each b) Former State Employees (Public Contract Code Section party will assist the other party in orderly termination of the 10411): Contract and the transfer of all assets, tangible and i) For the two -year period from the date he or she left intangible, as may facilitate the orderly; nondisrupted State employment, no former State officer or employees business continuation of each party, may enter into a: in which he or she engaged d) Prior to the expiration of this Contract, this Contract may be in any of the negotiations, transactions, planning, terminated for the convenience of both parties by mutual arrangements or any part of the decision, - making consent. process relevant to the Contract while employed in any e) This provision shall not relieve the Contractor of the capacity by any State agency. obligation to perform under any purchase order or other ii) For the twelve -month period from the date: he or she similar ordering document executed prior to the termination left State employment, no former State officer or becoming effective. employee may enter into a Contract with any State agency if he or she was employed by that State agency 60. CMAS -- CONTRACT AMOUNT: There is no guarantee of in a •policy- making position in the same general subject minimum . purchase of Contractor's products or services by the area as the proposed, Contract within the twelve -month State. period prior to his ocher leaving State service. 61.. CMAS — DEBARMENT CERTIFICATION (FEDERALLY 64. CMAS -- SUBCONTRACTING REQUIREMENTS! FUNDED CONTRACTS): When Federal funds are being Any sulaContractor that the CMAS supplier chooses to use in expended; the prospective recipient of Federal .assistance funds fulfilling the requirements of this Contract /purchase order, and is required to certify to the Buyer, that neither it nor its principals which is expected,to receive more than ten (10) percent of value are presently debarred', suspended, .proposed for debarment, of the Contract /purchase order, must also meet all Contractual, declared ineligible; or voluntarily excluded from participation in administrative, and technical requirements of the this transaction by any Federal department or agency. Contract /purchase order, as applicable. 62. CMAS — PURCHASE. ORDERS FUNDED IN WHOLE OR PART 65. CMAS - -: RENTAL AGREEMENTS! BY THE FEDERAL GOVERNMENT: All Contracts (including August 2010 Page 9 of 10 17 -28 GSPD -401 Non -IT Commodities -CMAS CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS) GENERAL PROVISIONS - NON -IT COMMODITIES The State; does not agree to: • Indemnify Contractor; Assume responsibility for matters beyond its control; • Agree to make payments in advance; • Accept any other provision creating a contingent liability against the State; or Agree to obtain insurance to protect the Contractor. The State's responsibility for repairs and liability for damage or loss is restricted to that made necessary by or resulting from the negligent act or omission of the State or its officers, employees, or agents. If the Contractor maintains the equipment, the Contractor must keep the equipment in good working order and make- all necessary repairs and adjustments without qualification. The State may terminate for default or cease paying rent should. the Contractor fail to maintain the equipment properly. Personal property taxes are not generally reimbursed when leasing equipment (SAM 8736). 66. CMAS - -- LEASE (Lease $Mart T): If an agency desires to lease through Lease $Mart TM, the Contractor agrees to sell to lessor the assets at the same price as they agree to sell to the State. 67. CMAS -- QUARTERLY REPORTS: Contractors are required to submit quarterly business activity reports, as specified in this Contract, even when there is no activity. A separate report is required for each Contract, as differentiated by alpha suffix. 66. CMAS -- LIQUIDATED DAMAGES: In the event that the Contractor fails to deliver in accordance with the Contract requirements, the parties agree that the delay will interfere with the proper implementation of the State's programs, to the loss and damage of'the State. From the nature of the case, it would be impracticable and extremely difficult to fix the actual damages sustained in the event of any such delay. The State and Contractor, therefore, presume that in.. the event of any such delay the amount of damage which will be sustained from a delay will be the amounts set forth in the Statement of Work, and the State and the Contractor agree that in the event of any such delay, the Contractor shall .pay such amounts as liquidated damages and not as a penalty.. Amounts due the State as liquidated damages may be deducted by the State from :any money payable to the Contractor. The State shall notify the Contractor in writing of any claim for liquidated damages pursuant to this .paragraph on or before the date State deducts such sums from money payable to the Contractor. 69. CMAS -- PROGRESS PAYMENTS /PERFORMANCE BONDS: In accordance with PCC 10314: Any Contract for Goods to be manufactured by the Contractor specially for the State and not suitable for sale to others in the ordinary course of the Contractor's business may provide, on such terms and conditions as the department deems necessary to protect the State's interests, for progress payments for work performed and costs incurred at the Contractor's shop or plant, provided that not less than 10 percent of the Contract price is required to be withheld until final delivery and acceptance of the Goods, and provided further, that the Contractor is required to submit faithful performance bond, acceptable to the department, in a sum not less than one -half of the total amount' payable under the Contract August 2010 securing . the faithful performance of the Contract by the Contractor. Page. 10 of 10 17 -29 ATTACHMENT C CONTRACT WITH FIELDTURF USA, INC. FOR PURCHASE AND INSTALLATION OF SYNTHETIC TURF, SURFACE, AND FLOORING FOR THE BONITA CREEK PARK SYNTHETIC TURF REPLACEMENT PROJECT THIS PURCHASE AND INSTALLATION CONTRACT ( "Contract') is made and entered into as of this 10th day of March, 2015 by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ( "City "), and FIELDTURF USA, INC., a Florida corporation ( "Contractor"), whose principal place of business is 175 N. Industrial Boulevard, Calhoun, Georgia 30701, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of Califomia with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. As part of the Bonita Creek Park Synthetic Turf Replacement project ( "Project'), City desires to purchase FieldTurf synthetic monofilament turf (product codes FTRV -1 F and FTRV -57S) from Contractor and to engage Contractor for installation of said products as detailed in the Scope of Work attached hereto as Exhibit A. C. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Contract. D. Contractor is a manufacturer and supplier of synthetic turf, surface, and flooring and is awarded this Agreement via the State of California Multiple Awards Schedule (" CMAS) Agreement 4 -06 -78 -0031 A. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SCOPE OF WORK 1.1 Contractor shall provide all tangible items and perform all the services described in the Scope of Work attached hereto as Exhibit A and incorporated herein by reference. As a material inducement to the City entering into this Contract, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that is shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality. For purposes of this Contract, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. FieldTurf USA, Inc. Page 1 17 -30 1.2 Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 1.3 In consideration of the payment of the Purchase Price and subject to all the terms and conditions hereof, Contractor shall: sell to City and install FieldTurf synthetic monofilament turf (product codes FTRV -1F and FTRV -57S) (hereinafter referred to as 'Products "), as listed and set forth in the Scope of Work attached hereto as Exhibit A and incorporated in full by this reference. 2. TIME OF PERFORMANCE 2.1 Time is of the essence in the performance of services under this Contract and Contractor shall complete the Project installation, implementation and acceptance testing within the time set forth in Exhibit A. The failure by Contractor to meet this schedule may result in termination of this Contract by City as outlined in Section 17 below. 2.2 Force Maieure. The time period(s) specified in Exhibit A for performance of services rendered pursuant to this Contract shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contractor, including but not restricted to acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and /or acts of any governmental agency, including the City, if Contractor shall within ten (10) days of the commencement of such delay notify City in writing of the cause of the delay. City shall ascertain the facts and extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the City such delay is justified. City's determination shall be final and conclusive upon the parties to this Contract. In no event shall Contractor be entitled to recover damages against City for any delay in performance of this Contract, however caused, Contractors sole remedy being extension of the Contract pursuant to this Section. 3. TERM Unless earlier terminated in accordance with Section 18 of this Contract, this Contract shall continue in full force and effect until completion of the services agreed to herein or until November 30, 2016, whichever occurs first. 4. COMPENSATION 4.1 As full compensation for the performance and completion of the Project as required by the Scope of Work, City shall pay to Contractor and Contractor accepts as the full Purchase Price the sum of Seven Hundred Sixty Four Thousand Four Hundred Thirty Six Dollars and OO/100 ($764,436.00) ('Purchase Price "). Contractor shall not receive any additional compensation unless approved in advance by the City in writing. The City shall make monthly progress payments for labor as the Project work proceeds based on the fee schedule set forth in Exhibit A. FieldTurf USA, Inc. Page 2 17 -31 4.2 Payment for Labor. Subject to the terms of Section 3 of this Contract, City shall make monthly progress payments for labor as the Project work proceeds. Contractor shall prepare monthly invoices reflecting labor done during the previous one -month period. Payments for labor shall be based on the hourly rates and other fees set forth in Exhibit A. 4.3 Payment for Products Installed. Ninety percent (90 %) payment for Products, including any supporting materials installed on such Products, shall be payable upon delivery to the City. Final ten percent (10 %) payment for the Products shall be payable upon installation of such Products at the City after such Products successfully pass installation testing. Installation testing shall include third party geotechnical testing and engineer inspection. Contractor shall prepare monthly invoices reflecting Products delivered and /or installed during the previous one -month period. 4.4 All shipping and insurance costs to and from the installation sites are included in the purchase price of the Project, as listed in Exhibit A. All payments to shipping agents and for insurance fees shall be made directly by Contractor and the City shall make no payments to any firm concerning the shipment, installation, and delivery of hardware which is not a part of this Contract and for which exact payments are not described. Contractor shall be responsible for all arrangements for the shipment of the Products to the City, and /or movement of the Products and any tools and equipment necessary to complete installation to the prepared site within the City. Contractor shall also be responsible for removal of all debris and packing materials from the City site resulting from the installation of the Products. 4.5 Contractor shall provide City with a minimum fourteen (14) days' notice of its dates of installation to enable the City to prepare the installation sites for the Products in accordance with the instructions of Contractor. The City shall complete site preparation prior to the date of installation of the Products, and the site shall thereafter be available for inspection and approval. All costs and expenses related to the site preparation shall be at the sole expense of City. 4.6 Extra Work. Contractor shall not receive any compensation for Extra Work without the prior written authorization of the City. As used herein, "Extra Work" means any work that is determined by the City to be necessary for the proper completion of the Project, but which is not included in the Purchase Price as specified in Exhibit A, and which parties did not reasonably anticipate would be necessary. Compensation for any authorized Extra Work shall be paid in accordance with the hourly rates set forth in Exhibit A. 5. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Tim Coury to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. FieldTurf USA, Inc. Page 3 17 -32 6. ADMINISTRATION This Contract will be administered by the Public Works Department. The Public Works Director or designee shall be the Project Administrator and shall have the authority to act for City under this Contract. 7. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 7.1 Contractor shall use only the standard materials described in Exhibit A in performing services under this Contract. Any deviation from the materials described in Exhibit A shall not be installed unless approved in advance by the City Project Administrator. 7.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Contract, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8. RESPONSIBILITY FOR DAMAGES OR INJURY 8.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them, unless caused by the City's negligent acts, omissions, or willful misconduct. 8.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause to the extent arising from the negligent acts, omissions, or willful misconduct of the Contractor' or any subcontractor or supplier selected by the Contractor. 8.3 Contractor shall indemnify, hold harmless, and defend City, its officers, employees, agents, officers, representatives, employees and City Council, boards and commissions, from and against: (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damage, or any other claims to the extent arising from any and all negligent acts or omissions or willful misconduct of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in performing this Project including, without limitation, defects in workmanship or materials and /or design defects; and /or (3) any and all claims asserted by Contractor's subcontractors or suppliers on the Project, and shall include reasonable attorneys' fees FieldTurf USA, Inc. Page 4 17 -33 and all other costs incurred in defending any such claim. Contractor's liability in this Subsection shall be limited to the maximum amount of its insurance coverage for claims arising out non - negligent and non - intentional acts performed under this Contract. Contractor shall not be held responsible for consequential or special damages, or claims made to City for such consequential or special damages. Nothing herein shall require Contractor to indemnify City from the negligence or willful misconduct of City, its officers or employees. 8.4 Intellectual Property Indemnity - Contractor shall defend, indemnify and hold City, its agents, officers, representatives, employees and City Council, boards and commissions harmless from any proceeding brought against City for any intentional or unintentional violation of the intellectual property rights of any third party with respect to Products deliverables purchased in this Contract This indemnification shall include, but is not limited to, infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Contractor's deliverables provided under this Contract. 8.5 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall perform work as specified in Exhibit A to limit impacts to traffic during the system installation period. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 8.6 Contractor shall provide traffic control and access in accordance with Section 7 -10 of the State Standard Specifications and the latest edition of the Work Area Traffic Control Handbook (WATCH), as published by Building News, Inc. 8.7 Traffic control and detours shall at a minimum meet the following requirements: 8.7.1 Emergency vehicle access shall be maintained at all times. 8.7.2 The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 8.7.3 All advanced warning sign installations shall be reflectorized and /or lighted. 8.7.4 Traffic signal system shutdown or planned "red flash" shall be limited to 4 -hour periods between the hours of 9:00 a.m. and 3:00 p.m. on weekdays (Monday through Thursday), except as authorized by the Project Administrator. 8.7.5 "STOP AHEAD" and "STOP" signs shall be furnished by the Contractor and shall conform to the provisions in Section 12 -3.06, "Construction Area Signs," of the State Standard Specifications except that the base material for the signs FieldTurf USA. Inc. Page 5 17 -34 shall not be plywood. Two "STOP AHEAD" signs and two "STOP" signs shall be placed for each direction of traffic. Locations of the signs shall be per the WATCH manual. 8.8 Nothing in this Section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Contract, except to the extent provided in Section 7.3 above. 8.9 The rights and obligations set forth in this Section shall survive the termination of this Contract. 9. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees, nor any of its subcontractors, are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 11. INSURANCE Without limiting Contractors indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in this Contract, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit B, and incorporated herein by reference. 12. BONDING 12.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in the amount of one hundred percent (100 %) of the total amount to be paid Contractor as set forth in this Contract and in the form attached hereto as Exhibit C which is incorporated herein by this reference; and a Faithful Performance Bond in the amount of one hundred percent (100 %) of the total amount to be paid Contractor as set forth in this Contract in the form attached hereto as Exhibit D which is incorporated herein by this reference. 12.2 The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class FieldTurf USA, Inc. Page 6 17 -35 VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Prope Casualty. 12.3 The Contractor shall deliver, concurrently with execution of this Contract, the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 13. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Contract shall be paid to all workmen employed on the work to be done according to the Contract by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him /her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 14. SUBCONTRACTING The subcontractors authorized by City, if any, to perform work on this Project are identified in Exhibit A. Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Contract shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the services to be provided under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 15. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. FieldTurf USA, Inc. Page 7 17 -36 Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 16. CONFLICTS OF INTEREST 16.1 The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act'), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 16.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 17. NOTICES 17.1 All notices, demands, requests or approvals to be given under the terms of this Contract shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: David Webb Public Works Department City of Newport Beach 100 Civic Center Dr. P.O. Box 1768 Newport Beach, CA 92658 17.2 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Tim Coury FieldTurf USA, Inc. 825 Dewitt Avenue Encinitas, CA 92024 18. TERMINATION 18.1 Termination With Cause - In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of five (5) calendar days, or if more than five (5) calendar days are FieldTurf USA, Inc. Page 8 17 -37 reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within five (5) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 18.2 Termination Without Cause. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred in the performance of such services up to the effective date of termination for which Contractor has not previously been paid. In the event of termination under this Section, City shall also pay Contractor for all Products, associated materials, and hardware delivered to City site under this Contract that City deems usable. 19. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract by Contractor is a representation that Contractor has visited the Project site(s), has become familiar with the local conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Project proposal and Scope of Work. 20. WARRANTY 20.1 Contractor warrants to City that all Products to be delivered hereunder will be free from defects in material or workmanship and will be of the kind and quality designated or specified by Contractor in Exhibit A. The warranty shall apply only to defects appearing within two years from the date of final acceptance by City for hardware products not manufactured by the Contractor, and two years from the date of final acceptance by City for hardware products manufactured by Contractor. If Contractor installs the Products and associated hardware and materials, or supplies technical directions of installation by contract, the warranty period shall run from the date of final acceptance of installation by City, provided same is not unreasonably delayed by City. 20.2 If Contractor - manufactured equipment delivered hereunder does not meet the above warranty, and if City promptly notifies Contractor in writing, Contractor shall thereupon correct any defect, including non - conformance with the specifications, either (at its option) by repairing any defective or damaged parts of the equipment, or by making available any necessary replacement parts, delivered and installed without additional charge to City within seven (7) working days. City will return the defective product to Contractor, at Contractors expense. Contractor shall repair or replace the defective item and return it to City, shipping costs prepaid. Contractor shall perform any necessary testing, hardware and equipment removal, repair, replacement, certification, and installation at no cost to the City during the warranty period, using Contractor's equipment. FieldTurf USA, Inc. Page 9 17 -38 20.3 The foregoing warranty is exclusive and in lieu of all other warranties, whether written, oral, implied or statutory. Contractor does not warrant any equipment of other manufacture designated by City. 21. REPRESENTATIONS 21.1 Non - infringement. Contractor represents that to the best of its knowledge the technology embodied in the products sold herein does not infringe upon a United States patent or United States copyright in effect as of the Effective Date. 21.2 Authoritv. Each party represents as follows: (a) that it has full power and authority to execute, deliver and perform its obligations under this Contract; (b) that there are no actions, proceedings or investigations, pending or, to the best of each party's knowledge, threatened against such party which may in any manner whatsoever materially affect the enforceability of this Contract or the rights, duties and obligations of the parties hereunder, and (c) that the execution, delivery and performance of this Contract will not constitute a breach or default under any agreement, law or court order under which such party is a party or may be bound or affected by or which may affect the rights, duties and obligations hereunder. 21.3 No Other Representations. Each party acknowledges and agrees that it is relying on no representation of the other party except as expressly set forth herein. 22. CONFIDENTIAL INFORMATION. 22.1 Confidential Information. In the performance of this Contract or in contemplation thereof, the parties and their respective employees and agents may have access to private or confidential information owned or controlled by the other party and such information may contain proprietary details and disclosures. All information and data identified in writing as proprietary or confidential by either party ( "Confidential Information ") and so acquired by the other party or its employees or agents under this Contract or in contemplation thereof shall be and shall remain the disclosing party's exclusive property. The recipient of Confidential Information shall use all reasonable efforts (which in any event shall not be less than the efforts the recipient takes to ensure the confidentiality of its own proprietary and other confidential information) to keep, and have its employees and agents keep, any and all Confidential Information confidential, and shall not copy, or publish or disclose it to others, nor authorize its employees, agents or anyone else to copy or disclose it to others, without the disclosing party's written approval; nor shall the recipient make use of the Confidential Information except for the purposes of executing its obligations hereunder, and (except as provided for herein) shall return the Confidential Information and data to the first party at its request. The City's duty to maintain confidentiality as described hereunder shall be subject to the laws of the State of California. 22.2 Excluded Information. The foregoing conditions will not apply to information or data which is, or which becomes generally known to the public by publication or by any means other than a breach of duty on the part of the recipient hereunder, is information FieldTurf USA, Inc. Page 10 17 -39 previously known to the recipient, is information independently developed by or for the recipient or is information generally released by the owning party without restriction. 22.3 Right to Injunctive Relief. Because of the unique nature of the Confidential Information, the parties agree that each party may suffer irreparable harm in the event that the other party fails to comply with any of its obligations under this Section, and that monetary damages may be inadequate to compensate either party for such breach. Accordingly, the parties agree that either party will, in addition to any other remedies available to it at law or in equity, be entitled to seek injunctive relief to enforce the terms of this Section. 23. ASSIGNMENT This Contract shall not be assigned by any party, or any party substituted, without prior written consent of the City and the Contractor. 24. STANDARD PROVISIONS 24.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 24.2 Compliance with all Laws. Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 24.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 24.4 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 24.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and the Scope of Services or any other attachments attached hereto, the terms of this Contract shall govern. 24.6 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. FieldTurf USA, Inc. Page 11 17 -40 24.7 Amendments. This Contract may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 24.8 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 24.9 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 24.10 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 24.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Contract, the prevailing party shall not be entitled to attorneys' fees. 24.12 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] FieldTurf USA, Inc. Page 12 17 -41 IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORIJEVS OFFICE Aafon C. Harp City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: 11� By: UM 031a11r Edward D. Selich Mayor CONTRACTOR: FieldTurf USA, Inc., a Florida corporation Date: By: Eric Daliere Chief Executive Officer / President Date: Bv: Souha Azar Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Insurance Requirements Exhibit C — Labor and Materials Payment Bond Exhibit D — Faithful Performance Bond 17 -42 EXHIBIT A SCOPE OF SERVICES AND SCHEDULE OF BILLING RATES Fieldturf Tarkett WAS Offer — Bonita Creek Sports Park Contract #4- 06- 78 -0031A To supply and install FieldTurf Revolution, product code FTRV -1F (2.5 ") and FTRV -57S (2.2591) a. Field sizes: 2 fields: 82,509 sf & 74,845 sf / 157,354 total square feet. b. To supply and install FieldTurf monofilament grass with our exclusive "Revolution" fiber for football / soccer / softball to be installed on a base prepared according to RJM's specifications. c. All of the necessary infill ingredients will be supplied by FieldTurf. d. The panel seams will be sewn together by hand onsite. e. The color of the fields will be green with markings for sports per RJM drawings. f. The markings for each sport will be permanently installed as specified. g. The cost of all materials and deliveries are included in this price. A) BASE CONDITIONS 1. FieldTurf USA, Inc. will provide the specifications for the field installation. 2. The base is to be completely prepared prior to the arrival of FieldTurfs installation crew. 3. A FieldTurf representative will occasionally be on site during the base construction process to work with the general contractor and provide support to insure specifications and schedules are met. B) INSTALLATION CONDITIONS 1. Precise measurement of the fields is required to properly manufacture the rolls of grass. This contract is based upon dimensions provided by RJM Architects; final installation dimensions may vary based upon detailed plans. 2. FieldTurrs installation crew is to have uninterrupted access to the fields during the installation period. 3. Field of play lines will be located and marked by stakes by the GC prior to installation and a drawing of the layout of the lines is to be provided. 4. Any underground wiring for the lighting system or any other underground use must be installed prior to our installation. 5. No unauthorized access to the fields, (Le.: play, traffic, etc.), will be allowed prior to the signing of the Certificate of Completion. No vehicles are to circulate on the field once the installation is ready to begin. 6. Any strike or act of God that affects the delivery or the installation shall not be the responsibility of FieldTurf. FieldTurf USA, Inc. Page A -1 17 -43 7. Any resulting increased costs incurred shall be bome by the Purchaser. 8. The exact address for the delivery of materials and installation of FieldTurf is the site address unless stated otherwise. 9. When the site is readied for a pre - installation walk through, another measurement will be taken and the size of the fields to be installed will be altered accordingly. 10. FieldTurf will attend progress meetings at inspector's request during the base construction of the field and work closely with RJM and the general contractor to insure specification / design compliance. C) OTHER CONDITIONS 1. This contract is being offered in US Dollars. 2. Field production and installation crew scheduling will commence upon receipt of accurate drawings, electronic artwork, and specifications from RJM and a Purchase Order from the customer. 3. FieldTurf will require weekly written updates on the progress of the base /drainage system installation for the last six weeks prior to FieldTurf installation work commencement, in order to properly schedule for this installation. 4. A secure, paved staging area approximately 8- 10,000 square feet will be required for FieldTurf installation crews, within the parking lot area of the work site. If necessary FieldTurf will supply security for this area. 5. All CMAS General Provisions apply. FieldTurf USA, Inc. Page A -2 17 -44 FEE SCHEDULE REGULAR TURF PRICING PRODUCT # FTRV -1 F 2.5" & FTRV -57S 2.25" Regular Turf Price: $764,646.00 Permanent Markings: $35,500 Maintenance Equipment: Groomer & Sweeper $13,000 Tax on Material (8 %) $44,808 Bonding (1.25 %) $10,724 REGULAR PRICE TOTAL $868,678.00 CMAS TURF PRICING PRODUCT# FTRV -1F 2.5" & FTRV -57S 2.25" CMAS cost per square foot FTRV -1 F (2.5 "): $4.55 x 82,509 sf = $375,416 CMAS cost per square foot FTRV -57S (2.25'): $4.40 x 74,845 sf = $329,318 Permanent Markings: Soccer (2 Sets) Football (1 Set) Softball (1 Set) Maintenance Equipment: CMAS Admin Fee Tax on Material (8 %) Bonding (1.25 %) Groomer & Sweeper n/c ($12,150 multi -field discount) n/c ($14,200 multi -field discount) n/c ($7,000 multi -field discount) $10,000 included $40,265 $9,437 'CMAS Savings: <$104,242.00> (does not include general contractor mark -up of a traditional bid) This quote excludes any design costs, base /drainage system installation costs, other unforeseen costs. FIELDTURF GUARANTEE IS 8 YEARS FOR PREMATURE WEAR AND 8 YEARS FOR UV DEGRADATION. FieldTurf USA, Inc. Page A -3 17 -45 EXHIBIT B INSURANCE REQUIREMENTS 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this FieldTurf USA, Inc. Page B -1 17 -46 Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self - insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Contracts Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial FieldTurf USA, Inc. Page B -2 17 -47 additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non - compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E: Requirements not Limiting. Requirements of specific coverage features. or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. F. Self- insured Retentions. Any self- insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. Self - insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non - Compliance If Contractor or any sub - consultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such Insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own FieldTurf USA, Inc. Page B -3 f�] judgment may be necessary for its proper protection and prosecution of the Work. FieldTurf USA, Inc. Page B -4 17 -49 EXHIBIT C CITY OF NEWPORT BEACH BOND NO. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to FIELDTURF USA, INC. hereinafter designated as the "Principal," a contract for the purchase and installation of FieldTurf synthetic monofilament turf (product codes FTRV -1 F and FTRV -57S), in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Sixty Four Thousand Four Hundred Thirty Six Dollars and 001100 ($764,436.00), lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attomeys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as FieldTurf USA, Inc. Page C -1 17 -50 required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the day of , 20_ Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED FieldTurf USA, Inc. Page C -2 17 -51 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name($) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his/her /their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) FieldTurf USA, Inc. Page C -3 17 -52 EXHIBIT D CITY OF NEWPORT BEACH BOND NO. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ rate of $ , being at the thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to FIELDTURF USA, INC. hereinafter designated as the "Principal," a contract for the purchase and installation of FieldTurf synthetic monofilament turf (product codes FTRV -1 F and FTRV -57S), in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and ,duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Sixty Four Thousand Four Hundred Thirty Six Dollars and 001100 ($764,436.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed FieldTurf USA, Inc. Page D -1 17 -53 thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of 20_ Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED FieldTurf USA, Inc. Page D -2 17 -54 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature FieldTurf USA, Inc. (seal) Page D -3 17 -55 EXHIBIT E MANUFACTURER'S LIMITED WARRANTY FieldTurf USA, Inc. Page E -1 17 -56