HomeMy WebLinkAboutAgenda Report - February 16, 2022 C-04AGENDA ITEM C004
CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Waive Bidding Process and
Purchase Materials and Services from CMAS Contract #4-06-78-0031A Vendor
Field Turf USA, Inc. of Montreal, Quebec for the Grape Bowl All -Weather Turf
Replacement Project in the Amount of $760,000
MEETING DATE: February 16, 2022
PREPARED BY: Parks, Recreation and Cultural Services (PRCS) Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to waive bidding
process and purchase materials and services from CMAS
contract #4-06-78-0031A vendor Field Turf USA, Inc. of
Montreal, Quebec for the Grape Bowl All -Weather Turf
Replacement Project in the amount of $760,000.
BACKGROUND INFORMATION: The California Multiple Award Schedule (CMAS) program was
established to provide client agencies and local governments
with an easy and value effective procurement option for non -IT
services and commodity products. CMAS contracts are based
on either Federal GSA Contracts, or upon a competitive bid, negotiation or assessment of contractor
products and prices. With CMAS agreements, local governments are given the flexibility to select
products or services according to their business needs, with considerations for price, warranty, supplier
performance and brand names.
Field Turf USA, Inc. of Montreal, Quebec, has entered into CMAS contract #4-06-780031A with the State
of California, Department of General Services.
On April 7, 2010, the contract for the Grape Bowl All -Weather Surface Project was awarded to
Western Engineering Contractors, Inc., of Loomis, in the amount of $592,675, and the contract for
the purchase and installation of the all-weather surface was awarded to Field Turf USA, Inc., of
Montreal, Quebec, in the amount of $685,813. CMAS Contract #4-06 78-0031A was utilized for this
purchase. The project consisted of an all-weather playing field and other improvements. Council
accepted these improvements on January 5, 2011.
The all-weather playing surface has a playable life -span of 10 to 12 years. Over the past couple of years
Field Turf representatives have reviewed and analyzed the existing field playability and G -Max safety
requirements of the surfacing. With the increased play of recreational and competitive soccer, football
and constant UV exposure, the field has broken down. Additionally, repairs are needed to address the
depressed locations of the perimeter trench drainage on the north and south sides.
APPROVED:
Steve Schwabauer
Stephen Schwabauer, City Manager
Adopt Resolution Authorizing City Manager to Waive Bidding Process and Purchase Materials and Services from CMAS
Contract #4-06-78-0031 A Vendor Field Tun` USA, Inc, of Montreal, Quebec for the Grape Bowl All -Weather Turf Replacement
Project and Appropriate Funds $760, 000
February 2, 2022
Page 2
PRCS requests that Council approve waiving the bidding process and entering into a purchase order
with CMAS vendor Field Turf USA, Inc. of Montreal, Quebec for the Grape Bowl All -Weather Turf
Replacement.
FISCAL IMPACT: Improvements shall provide for increased rental opportunities and safer
conditions.
FUNDING AVAILABLE: Parks Capital (43299000.77020); PKCP-22003.Contracts; $760,000
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
Oistina Jarb6iay
Parks, Recreation and Cultural Services Director
CJ\MM:tl
cc: City Attorney
Attachment
Signature: Q,r,,dr� xz'.*J Signature:
Email: akeys@lodi.gov Email: sschwabauer@lodi.gov
Lodi Grape Bowl
December 1, 2021
FieldTurf USA Inc. is pleased to present the following proposal. FieldTurf pricing is based on the
current FieldTurf CMAS Contract (4-06-78-0031A).
FieldTurf California License 849044
Click the follow CMAS hyperlink for CMAS due diligence documentation: CMAS Contract: 4-06-78-0031A
-i Gra a Bowl
Quantity
Units
Unit Price
Total
cope Description)
MD
93,714
SF
$1.68194
$157,621.63
nd
93,714
SF
$5.31
$497,798.00
Inlaid Soccer Markings
1
EA
$7,280.00
DONATED
Inlaid Football Markings
1
EA
$7,280.00
DONATED
FIag Football Tick Marks
1
EA
$959.50
DONATED
GMAX resting
6
EA
$1,515.00
$9,090.00
FieldSwucp and GroornRight
I
LS
$8,080.00
$8,080.00
Maintenance Program
20
EA
$2,525.00
$50,500.00
Use Tax
1
LS
$19,975.00
$19,975.00
2 Pallets of Brock for repairs as needed
I
LS
$8,164.76
$8,164.76
10 Year TO Party Pre -paid Insured Warranty
1
LS
INCLUDED
INCLUDED
Subtotal S nthetic Turf
$593.607.76
Subtotal Project
$751,229.39
Performance & Payment Bonds
1
LS
$8,633.95
$8,633.95
Total - Lodi Grape Bowl
$759,863.34
PRODUCT DETAILS
FieldTurf, the worldwide leader in artificial turf, is pleased to offer the FieldTurf CORE 2" Trueblend
system, with the following product characteristics:
► Pile Height: 2 Inches
► Infill Weight. 6 lbs sand & 1.2 lbs Trueblend per sq.ft.
► Pile Weight: 33 oz/yd2
► Total System Weight: 1093 oz/yd2
FieldTurf has taken the necessary steps to ensure _hat your project will run smoothly and that the quality
promised will be the quality delivered.
CIVIL PRICE INCLUDES:
a) Mobilization
b) Supervision for our work
c) Site Demolition
a. Remove existing synthetic turf fielc
b. Haul off existing synthetic turf field
c. Pull back existing Brock shock pac and liner along edges to existing trench in order to
remediate sidelines
d. Remove & replace perimeter curb at NW corner of field (25 LF)
d) Clean existing slot drains
e) Furnish & install %" shim on to existing header board (1,261 LF)
f) Slope subgrade from curb to outside edge Df trenches
g) Furnish & install geotextile fabric on subgrede from field edge to inside edge of trench
Voluntary Alternates
Al
New Goal Posts (Remove & replace existing
goalposts with new Adjustright Aluminum
goalposts with neon yellow power coating & flags.
Existin footings to be reused.)
I
I
LS $17,428.92
LS $200.32
$17,428.92
$200.32
Performance & Payment Bonds
Total Alternate #1
$17,629.24
A2
Inlaid Lacrosse Markings
1
LS $3,838.00
$3,838.00
Performance & Payment Bonds
I
LS $44.12
$44.12
77
Total Alternate #2
$3,882.12
PRODUCT DETAILS
FieldTurf, the worldwide leader in artificial turf, is pleased to offer the FieldTurf CORE 2" Trueblend
system, with the following product characteristics:
► Pile Height: 2 Inches
► Infill Weight. 6 lbs sand & 1.2 lbs Trueblend per sq.ft.
► Pile Weight: 33 oz/yd2
► Total System Weight: 1093 oz/yd2
FieldTurf has taken the necessary steps to ensure _hat your project will run smoothly and that the quality
promised will be the quality delivered.
CIVIL PRICE INCLUDES:
a) Mobilization
b) Supervision for our work
c) Site Demolition
a. Remove existing synthetic turf fielc
b. Haul off existing synthetic turf field
c. Pull back existing Brock shock pac and liner along edges to existing trench in order to
remediate sidelines
d. Remove & replace perimeter curb at NW corner of field (25 LF)
d) Clean existing slot drains
e) Furnish & install %" shim on to existing header board (1,261 LF)
f) Slope subgrade from curb to outside edge Df trenches
g) Furnish & install geotextile fabric on subgrede from field edge to inside edge of trench
h) Furnish & install '/2" x 3/8" clean crushed stone from field edge to inside edge of trench
a. Rock elevation to be V down fron top of header shim to allow for reinstallation of Brock
pad
1) Furnish & install'/" chip as needed for leveling course
i) Fine grade/finish grade edges to within FialdTurf tolerances
k) Re -install pulled back Brock shock pad aril liner
1) Remove & replace existing access boxes at existing goalposts (2 each)
m) Furnish & install soccer goal anchor boxes (2 each)
n) Prep and paint existing goal posts with neon yellow paint & new flags
PRICE DOES NOT INCLUDE:
o) The base upon which the FieldTurf artificial turf surface will be placed. FieldTurf shall not be
responsible for the stability, the porosity, nor the approval of the base upon which the FieldTurf
surface will be installed, the drainage systam, nor any construction or modification of existing
installations around the fields.
p) FieldTurf is not altering, exploring or improving the existing drainage system under the existing
artificial turf limits. No removal, milling, pcnding, flooding or repairs within the existing base and
drainage system are included and shall re-nain the responsibility of the owner.
q) Soil correction or remediation.
r) Scarifying or ripping of existing base aggregate.
s) Flushing of existing storm drain system in'ield
t) Utility removal or re-routing of any kind.
u) Removal of Brock or regrading of aggregae on body of field between trenches.
v) Any costs associated with necessary charges relating to the delineation of the field.
w) The supply of or adjustment to existing manholes, clean -outs or grates and supply of the manhole
covers.
x) Any alteration or deviation from specifications involving extra costs, which alteration or deviation
will be provided only upon executed chance orders, and will become an extra charge over and
above the offered price.
y) Site security.
z) Repair or resurfacing existing asphalt parlcng lot if damaged by truck traffic.
aa) Site restoration, sodding, landscaping or g -ow -in.
bb) Design, permit fees, inspection fees, construction testing.
cc) A vehicle to tow FieldTurf maintenance equipment.
dd) Anything not explicitly noted in the inclusions.
CONDITIONS
Notwithstanding any other document or agreement entered into by FieldTurf in connection with
the supply and installation only of its product pursuant to the present bid proposal, the following
shall apply:
a) This bid proposal and its acceptance is subject to
strikes, accidents, delays beyond our control and
force majeure.
b) FieldTurPs preferred payment terms are as
follows: (i) 50% of the Price upon Customer's
execution of contract; (ii) 40% of the Price upon
shipment of materials from FieldTurfs
manufacturing facility; and (iii) Remaining balance
of ten percent (10%) upon substantial completion
of the field, which shall be achieved when
Customer is able to use the field for its intended
purpose, even if punchlist items remain and the
Certificate of Completion has not been executed
by Customer.
c) Accounts overdue beyond 30 days of invoice
date will be charged at an interest rate of 10%
per annum.
d) FieldTurf requires a minimum of 21 days after
receiving a fully executed contract or purchase
order and final approvals on shop drawings to
manufacture, coordinate delivery and schedule
arrival of installation crew. Under typical field size
and scenario, FieldTurf further requires a minimum
of 28 days per field to install the Product subject to
weather and force majeure
e) FieldTurf requires a suitable staging area. Staging
area must be square footage of field x 0. 12, have a
minimum access of 15 feet wide by 15 feet high, and
no more than 100 ft from the site. A 25 foot wide by
25 foot long hard or paved clean surface area
located within 50 feet of the playing surface shall be
provided for purposes of proper mixing of infill
material. Access to any field will include suitable
bridging over curbs from the staging area to permit
suitable access to the field by low clearance vehicles.
Staging area surface shall be suitable for passage
with motor vehicles used to transport materials to the
site and/or staging area. FieldTurf shall not be liable
for any damages to the staging area or its surface
unless such damages are caused by FieldTurfs
intentional misconduct or negligence.
f) This proposal is based on a single mobilization. If
the site is not ready and additional mobilizations
are necessary, additional charges will apply.
g) Upon substantial completion of FieldTurfs
obligations, the Customer shall sign FieldTurfs
Certificate of Completion in the form currently in
force- to accomplish this purpose, the Customer will
ensure that an authorized representative is present
at the walk-through to determine substantial
completion and acceptance of the field, which may
include a list of punch list items.
h) FieldTurf shall not be a party to any penalty clauses
and/or liquidated damages provisions.
i) FieldTurf shall be entitled to recover all costs and
expenses, including attorney fees, associated with
collection procedures in the event that FieldTurf
pursues collection of payment of any past
due invoice.
All colors are to be chosen from FieldTurfs
standard colors.
THE TARKETT SPORTS FAMILY - LEADERS IN SPORTS SURFACING
4)TarkettslmTs } FieldTurf' O BEYNON" 7 rermlf' ('-�f"6RASSMASfEA (��)
AT.... S,-,—pPIAYMASTEA
er AruvlKpwUfwnP^Y AIv - , -.• r.- u....a . .
FIFE& $AS
®
QUALITY �'
�
VWformid:.:.�
►fOd� OFFICIAL R A R T N E fl q��OCSO� \ ����
U[lY
The price is valid for a period of 90 days. The price is subject to increase if affected by an increase in raw materials,
freight, or other manufacturing costs, a tax increase, new taxes, levies or any new legally binding imposition affecting
the transaction
Please feel free to reach out to any member of our project team with questions about our offer -
Lindsay Agattas
Project Manager Team Lead
(281)531-4720
Lindsay A atlas fieldturf conn
Andrew Rowley
Regional Vice Presidnet
(707) 529-8459
andrewipfieldturfriorcal,com
Thank you again for your interest in FieldTurf, we look forward to working with you.
Per:
*-J,W-4 N
Marie -Christine Raymond, Director of Operations
FieldTurf USA, Inc / Tarkett Sports Canada, Inc
FieldTurf USA, Inc. holds the Cooperative Purchase contract, any PO for Contract must be made out to
FieldTurf USA, Inc. 175 N Industrial Blvd NE. Calhoun, GA 30701
If you have questions regarding the FieldTurf and Beynon SmartBuy Cooperative Purchasing Program, please
contact Eric Fisher at: Eric Fishgr ara smanbu cn❑ erative conn.
5rrr "H -r Huy
FMNp -WAY!W 1
Procurement Division
OSS 707 Third Street, 2nd Floor, MS #2-202
GENERAL SERVICES west Sacramento, CA 95605-2811
State of California
MULTIPLE AWARD SCHEDULE
FieldTurf USA, Inc.
CMAS NUMBER:
SUPPLEMENT NUMBER
CMAS TERM DATES:
CMAS CATEGORY:
APPLICABLE
TERMS & CONDITIONS:
MAXIMUM ORDER LIMIT:
FOR USE BY:
BASE SCHEDULE #:
BASE SCHEDULE HOLDER:
4-06-78-0031 A
10/07/2016 through 08/06/2026
Non Information Technology Commodities
December 1, 2017
(www.dgs.ca.gov/-/media/Divisions/PD/Acquisitions/
CMAS/Non-IT-Commod ities-CMAS-Terms-and-
Conditions.ashx?la=en&hash=9AD54FF697C740F342
E8B9B5BDEEDFC263632CB3
State Agencies: See Purchasing Authority
Dollar Threshold provision
Local Government Agencies: Unlimited
State & Local Government Agencies
GS -07F-9631 S
FieldTurf USA, Inc.
This CMAS provides for the purchase, warranty, removal, disposal, installation,
maintenance and repair of synthetic turf, athletic track surfaces, tennis courts,
sport flooring, and playground surfaces. (See page 3 for the restrictions
applicable to this CMAS.)
This supplement is to extend this CMAS through 08/06/2026 In addition, this supplement replaces
in its entirety the existing California Multiple Award Schedule (CMAS). The most current Ordering
Instructions and Special Provisions, CMAS Terms and Conditions, and products and/or services
are included herein. All purchase orders issued by State agencies shall incorporate these Ordering
Instructions and Special Provisions, and CMAS Terms and Conditions Please review these
provisions carefully because they have changed.
Approved as to Form:
JANICE D. MAGPCH
City Attorney
Original Signature on File Effective Date: 04/15/2021
KATELYNNE LEISENRING, Program Analyst, California Multiple Award Schedules Unit
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
NOTICE: Products and/or services on this CMAS may be available on a Mandatory Statewide
Contracts. If this is the case, the use of this CMAS is restricted unless the State agency has an
approved exemption as explained in the Statewide Contract User Instructions. Information
regarding Statewide Contracts can be obtained at the: Statewide Contract Index Listing
(www. dgs.ca.gov/PD/About/Page-Content/PD-Branch-I ntro-Accordion-List/Acqu isitions/Statewide-
Contracts?search=statewide contract listing). This requirement is not applicable to local
government entities.
The services provided under this CMAS are only in support of the products covered by this CMAS
Agency non-compliance with the requirements may result in the loss of delegated authority to use
the CMAS program.
CMAS contractor non-compliance with the requirements may result in termination.
April 7, 2021 Ordering Instructions and Special Provisions 2
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
CMAS PRODUCT & SERVICE CODES
Product & Service Codes listed below are for marketing purposes only. Review the base schedule
for the products and/or services available.
Brand -Beynon
Brand-Fieldturf
Floor Cov-Sport Flooring
Floor Cov-Synthetic Turf
Playground -Surface Rubberized
Sport Surface -Synthetic Track
AVAILABLE PRODUCTS AND/OR SERVICES
All of the products in the base schedule are available within the scope of this CMAS.
The ordering agency must verify all products and/or services are currently available on the base
General Services Administration (GSA) schedule. Access the GSA eLibrary at
www.gsaelibrary.gsa.gov.
EXCLUDED PRODUCTS ANDIOR SERVICES
Order -level materials are not available under this CMAS.
ISSUE PURCHASE ORDER TO
Agency purchase orders must be either mailed or emailed to the following
FieldTurf USA, Inc.
175 N Industrial Blvd NE
Calhoun, GA 30701
Attn: Sarah Morehead
E-mail: sarah.morehead@fieldturf.com
Agencies with questions regarding products and/or services may contact the CMAS contractor as
follows:
Contact: Sarah Morehead
Phone: (503) 267-0165
E-mail: sarah.morehead@fieldturf.com
TOP 500 DELINQUENT TAXPAYERS
In accordance with Public Contract Code (PCC) § 10295.4, and prior to placing an order for non -
IT goods and/or services, agencies must verify with the Franchise Tax Board and the California
Department of Tax and Fee Administration that this CMAS contractor's name does not appear on
either list of the 500 largest tax delinquencies pursuant to Section 7063 or 19195 of the Revenue
and Taxation Code. See next paragraph for information.
April 7, 2021 Ordering Instructions and Special Provisions 3
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
The Franchise Tax Board's list of Top 500 Delinquent Taxpayers is available at
www.ftb. ca.gov/about-ftb/newsroom/top-500-past-due-balances/index. html.
The California Department of Tax and Fee Administration's list of To 500 Sales & Use Tax
Delinquencies in California is available at www.cdtfa.ca.gov/taxes-and-fees/top500.htm.
CALIFORNIA SELLER'S PERMIT
The CMAS contractor's California Seller's Permit Number is 097731798. Prior to placing an order
with this company, agencies must verify that this permit is still valid at the California Department of
Tax and Fee Administration website (cdtfa.ca.gov).
CMAS PRICES
The maximum prices allowed for the products and/or services available are those set forth in the
base schedule.
The ordering agency is encouraged to seek prices lower than those in the base schedule. When
responding to an agency's Request for Offer (RFO), the CMAS contractor can offer lower prices to
be competitive.
PRICE DISCOUNTS
This CMAS contains prompt payment discounts when full payment is received within 10 days or
less of installation completion. See the base schedule for the specific percent of discount.
DARFUR CONTRACTING ACT
This CMAS contractor has certified compliance to the Darfur Contracting Act, per Public Contract
Code (PCC) § 10475, et seq. It is the agency's responsibility to verify that the contractor has a
Darfur Contracting Act Certification on file.
CALIFORNIA CIVIL RIGHTS LAW CERTIFICATION
Pursuant to Public Contract Code section 2010, effective January 1, 2017, applicants must certify
their compliance with the California Civil Rights laws and Employer Discriminatory Policies (section
51 of the Civil Code, section 12960 of the Government Code). It is the agency's responsibility to
verify that the contractor has a California Civil Rights Law Certification on file.
WARRANTY
For warranties, see the base schedule, the CMAS Terms and Conditions, General Provisions, and
CMAS Warranty.
DELIVERY
60 days after receipt of order, or as negotiated between agency and CMAS contractor and
included in the purchase order, or as otherwise stipulated in the contract.
April 7, 2021 Ordering Instructions and Special Provisions 4
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
SHIPPING INSTRUCTIONS
F.O.B. (Free On Board) Destination. Seller pays the freight charges
PURCHASING AUTHORITY DOLLAR THRESHOLD
Order limits for the purchase of goods and/or services is determined by the individual agency
purchasing authority threshold.
No CMAS order may be executed by a State agency that exceeds that agency's purchasing
authority threshold. State agencies with approved purchasing authority, along with their dollar
thresholds can be obtained at the List of State Departments with Approved Purchasing Authority
website (www.dgs.ca.gov/PD/Resources/Page-Content/Procurement-Division-Resources-List-
Folder/List-of-State-Departments-with-Approved-Purchasing-Authority).
HOW TO USE CMAS
Agencies must adhere to the detailed requirements in the State Contracting Manual (SCM) when
using CMAS. The requirements for the following bullets are in the SCM, Volume 2, Chapter 6 (for
non -IT), the SCM, Volume 3, Chapter 6 (for IT), and the SCM, Volume FISCaI, Chapter 5 (FISCaI)
• 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 on the CMAS website
(www.dgs. ca.gov/PD/About/Page-Content/P D-Branch-Intro-Accordion-
List/Acquisitions/California-Multiple-Award-Schedules) and select "Find a CMAS
Contractor."
• 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 (Standard 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, 3, and FISCaI, Chapter 3).
• This is not a bid transaction, so the small business preference, DVBE incentives, 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 CMAS contractor.
• For CMAS transactions under $10,000, only one offer is required if the State agency can
establish and document that the price is fair and reasonable. The fair and reasonable
method can only be used for non -customizable purchases.
Local governments set their own order limits, and are not bound by the order limits on the cover
page of this CMAS.
April 7, 2021 Ordering Instructions and Special Provisions 5
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO.8
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, per Public Contract Code (PCC) § 10329.
Splitting a project into small projects to avoid either fiscal or procedural controls is prohibited, per
State Administrative Manual (SAM) § 4819.34.
MINIMUM ORDER LIMITATION
There is no minimum dollar value limitation on orders placed under this CMAS.
ORDERING PROCEDURES
1. Purchase Orders
All Ordering Agency purchase order documents executed under this CMAS must contain the
applicable CMAS number as show on page 1.
1. State Departments:
Standard 65 Purchase Documents — State departments not transacting in FISCal must use
the Purchasing Authority Purchase Order (Standard 65) for purchase execution. An
electronic version of the Standard 65 is available at the DGS -PD website
(www.dgsapps.dgs.ca.gov/osp/StatewideFormsWeb/Forms.aspx), select Standard STD
Forms.
FISCAL Purchase Documents — State departments transacting in FISCal will follow the
FISCal procurement and contracting procedures.
2. Local Governmental Departments:
Local governmental agencies may use their own purchase document for purchase
execution.
The agency is required to complete and distribute the purchase order. 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 other information pertinent to
the services being provided. The cost for each line item should be included in the order, not just
system totals.
The contractor must immediately reject purchase orders that are not accurate. Discrepancies
are to be negotiated and incorporated into the purchase order prior to the products and
services being delivered.
April 7, 2021 Ordering Instructions and Special Provisions 6
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
2. Service and Delivery after CMAS Expiration
The purchase order must be issued before the CMAS expires. However, delivery of the
products or completion of the services may be after the CMAS expires (unless otherwise
specifically stated in the purchase order).
3. Multiple CMAS Agreements on a Single Purchase Order
Agencies wishing to include multiple CMAS agreements on a single FISCal purchase order
must adhere to the following guidelines:
All CMAS must be for the same CMAS contractor.
■ The purchase order must go to one contractor location.
• Write the word "CMAS" in the space usually reserved for the contract number. On Standard
65's, this is at the top of the form. The word "CMAS" signifies that the purchase order
contains items from multiple CMAS agreements_ The purchasing agency may only use one
bill code.
• For each individual CMAS (as differentiated by alpha suffix), the agency must identify and
group together the CMAS number with the line items and subtotal per CMAS number (do
not include tax in the subtotal), and sequentially identify each individual CMAS as Sub #1,
Sub #2, Sub #3, etc. This facilitates accurate billing of administrative fees by the
Procurement Division.
The total of all items on the purchase order must not exceed the purchase order limit
identified in the CMAS.
Do not combine items from both non -IT and Information Technology CMAS agreements. A
non -IT CMAS begin with the number "4" and an Information Technology CMAS begins with
the number "3." The purchase order limits are different for these two types of CMAS
agreements.
4. Amendments to Agency's Purchase Orders
Agency purchase orders cannot be amended if the CMAS has expired.
The SCM, Volumes 2 & 3, Chapter 6.A5.0 and SCM, Volume FISCal, Chapter 5.A4.0 provides
the following direction regarding amendments to all types of LPA purchase orders:
Original orders, which include options for changes (e.g., quantity or time), 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.
April 7, 2021 Ordering Instructions and Special Provisions 7
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
Amendments unique to non -IT services are covered in the SCM, Volume 2, Chapter 6.132.9 and
SCM, Volume FISCal, Chapter 5.A4.1 as follows:
If the original contract permitted amendments, but did not specify the changes (e.g., quantity
or time), it may be amended, per Public Contract Code (PCC) § 10335 (d)(1). Only a
contract may be amended once under this exemption. 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, see the SCM, Volumes 2 & 3, Chapter 8, Topic 6, for more information on amending
purchase orders.
CMAS CONTRACTOR OWNERSHIP INFORMATION
The CMAS contractor 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 [Government Code (GC) §
14846(b)]. NOTE: The Department of General Services auditors will request substantiation of
compliance with this requirement when agency files are reviewed.
CMAS Small Business and Disabled Veteran Partners lists (www.dgs.ca.gov/PD/About/Page-
Content/PD-Branch-Intro-Accordion-List/Acquisitions/California-Multiple-Award-Schedules) can be
found on the CMAS website by selecting "Find a CMAS Contractor".
In response to our commitment to increase participation by small businesses, the Department of
General Services waives the administrative fee (a fee currently charged to customer agencies to
support the CMAS program) for orders to certified small business enterprises.
See the current fees in the DGS Price Book at: www.dgs.ca.gov/OFS/Price-Book.
SMALL BUSINESSIDVBE - TRACKING
State agencies are able to claim subcontracting dollars towards their SB or DVBE goals whenever
the CMAS contractor subcontracts a commercially useful function to a certified SB or DVBE. The
CMAS contractor will provide the ordering agency with the name of the SB or DVBE used and the
dollar amount the ordering agency can apply towards its SB or DVBE goal.
SMALL BUSINESSIDVSE - SUBCONTRACTING
1. The amount an ordering agency can claim towards achieving its SB or DVBE goals is the dollar
amount of the subcontract award made by the CMAS contractor to each SB or DVBE.
April 7, 2021 Ordering Instructions and Special Provisions 8
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
2. The CMAS contractor will provide an ordering agency with the following information at the time
the order is quoted:
a. The CMAS contractor will state that, as the prime contractor, it shall be responsible for the
overall execution of the fulfillment of the order.
b. The CMAS contractor will indicate to the ordering agency how the order meets the SB or
DVBE goal, as follows:
List the name of each company that is certified by the Office of Small Business and
DVBE Services that it intends to subcontract a commercially useful function to; and
Include the SB 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 SB or DVBE that may be claimed
by the ordering agency towards the SB or DVBE goal; and
iv. Indicate what commercially useful function the SB 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.
WITHHOLD LANGUAGE (SB5881
Option 1 —Withhold Language
Upon delivery or completion of ordered goods or services, for which the Contractor committed to
DVBE subcontractor participation, state departments shall require the Contractor to certify all the
following:
1. The amount and percentage of work the Contractor committed to provide to one or more
DVBEs under the requirements of the contract and the amount each DVBE received from the
Contractor.
2. That all payments under the contract have been made to the DVBE. Upon request, the
Contractor shall provide proof of payment for the work.
In accordance with the Military and Veterans Code 999.7, state departments shall withhold
$10,000 from the final payment, or the full final payment if less than $10,000, if the Contractor fails
to meet the certification requirements identified above. State departments shall notify the
Contractor of their failure to meet the certification requirements and give the Contractor an
opportunity to comply with the certification requirements. If after thirty (30) calendar days from the
date of notice, the Contractor refuses to comply with the certification requirements, the state
department shall permanently deduct $10,000 from the final payment, or the full payment if less
than $10,000.
April 7, 2021 Ordering Instructions and Special Provisions 9
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
Option 2 — No Withhold Language
During the contract term, and upon completion of the contract for which a DVBE subcontractor
commitment was made, DGS -PD will require the Contractor to certify all participation commitments
and payments under the contract have been made to the DVBE. Upon request by DGS -PD, the
Contractor shall provide proof of payment for the work.
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 CMAS for goods to be manufactured by the CMAS contractor specifically for the State and not
suitable for sale to others may require progress payments.
For a Non -IT goods CMAS, see the CMAS Non -IT Commodities Terms and Conditions, Provision
69, Progress Payments.
PRODUCT INSTALLATION
The CMAS contractor is fully responsible for all installation services performed under the CMAS.
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.
TRADE-IN EQUIPMENT
Trade-ins at open market price may be considered. The product description and trade-in allowance
must be identified on the purchase order.
Agencies are required to adhere to State Administrative Manual (SAM) § 3520 through 3520.6,
Disposal of Personal Property and Surplus Personal Property, as applicable, when trade-ins are
considered. A Property Survey Report, Standard 152, must be submitted for approval prior to
disposition of any State-owned personal property, including general office furniture regardless of
the acquisition value, or if the property was recorded or capitalized for accounting purposes.
April 7, 2021 Ordering Instructions and Special Provisions 10
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
STATE AGENCY BUY RECYCLED CAMPAIGN (SABRC
State ordering agencies are required to report purchases made within the eleven product
categories in the California Department of Resources Recycling and Recovery's State Agency Buy
Recycled Campaign (SABRC) per Public Contract Code sections 12200-12217.
Contractor will be required to complete and return a Recycled -Content Certification form
(www.caIrecycle.ca.gov/contracts/forms) upon request by the state ordering agency.
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) § 1101. State agencies planning these
types of projects need to review the SCM, Volume 1, Chapters 10 and 11 for applicable guidelines
and regulations. Visit the Department of General Services (DGS), Real Estate Services D(vision
(RESD) website (www.dgs.ca.gov/RESD) if you have questions about these types of transactions.
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.
The bond amount for public works is not less than 100% of the purchase order price.
NOTE: In accordance with Labor Code (LC) § 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).
Bonds: For guidelines, see CMAS, 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 (www.cslb.ca.gov) to verify that the Contractor's License shown below is still active and in
good standing.
The CMAS contractor's California Contractor's License number is 849044. This is a Class C-61,
D12, A, C27 license that is valid through 10/31/2022.
NOT SPECIFICALLY PRICED (NSP) ITEMS
The only time that open market/incidental, non -schedule items may be included in a CMAS order is
when they fall under the parameters of the Not Specifically Priced (NSP) Items provision.
April 7, 2021 Ordering Instructions and Special Provisions 11
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
CMAS contractors must be authorized providers of the hardware, software and/or services they
offer under the Not Specifically Priced (NSP) Items provision.
Agency and CMAS contractor use of the NSP provision is subject to the following requirements:
1. Purchase orders containing only NSP items are prohibited
2. A purchase order containing NSP items may be issued only if it results in the lowest overall
alternative to the State.
3. NSP items shall be clearly identified in the order. Any product or service already specifically
priced and included in the base schedule may not be identified as an NSP item.
4. NSP Installation Services: The CMAS contractor is fully responsible for all installation
services performed under the CMAS. 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. The total dollar value of all installation services included in the
purchase order cannot exceed the dollar value of the products included in the purchase
order, nor can they exceed the NSP Maximum Order Limitation.
5. Maximum Order Limitation: For orders $250,000, or less, the total dollar value of all NSP
items included in a purchase order shall not exceed $5,000. For orders exceeding
$250,000, and at the option of the contractor, the total dollar value of all NSP items in a
purchase order shall not exceed 5% of the total cost of the order, or $25,000 whichever is
lower.
6. An NSP item included in an order issued against a CMAS is subject to all of the terms and
conditions set forth in the contract.
7. Trade-ins, upgrades, involving the swapping of boards, are permissible, where the contract
makes specific provisions for this action. In those instances, where it is permitted, the
purchase order must include the replacement item and a notation that the purchase involves
the swapping of a board.
The following NSP items are specifically excluded from any order issued under this CMAS:
Items not intended for use in directly supporting the priced items included in the same order.
An NSP item must be subordinate to the specifically priced item that it is supporting. For
example, a cable, which is not otherwise specifically priced in the base schedule, is
subordinate to a specifically priced printer or facsimile machine, and is eligible to be an NSP
item subject to that cable meeting the remaining NSP requirements. However, a printer or
facsimile machine, which is not otherwise specifically priced in the base schedule, is not
subordinate to a specifically priced cable, and is not eligible to be an NSP item.
April 7, 2021 Ordering Instructions and Special Provisions 12
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
2. Supply type items, except for the minimum amount necessary to provide initial support to
the priced items included in the same order.
3. Items that do not meet the Productive Use Requirements for information technology
products, per the SCM, Volume 3, Chapter 2, Section 2.66.2 and SCM, Volume FISCal,
Chapter 2, Section 2.E3.2.
4. Any other item or class of items specifically excluded from the scope of this CMAS.
5. Public Works components NOT incidental to the total purchase order amount.
6. Products or services the CMAS contractor is NOT factory authorized or otherwise certified
or trained to provide.
7. Follow-on consultant services that were previously recommended or suggested by the same
CMAS contractor.
The CMAS contractor is required to reject purchase orders containing NSP items that do not
conform to the above requirements. The CMAS contractor will promptly notify the agency issuing
the non -conforming order of its non-acceptance and the reasons for its non-acceptance.
STATE AND LOCAL GOVERNMENTS CAN USE CMAS
State and local government agency use of CMAS 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 CMAS 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 supplement is not required for updates and/or changes once the update and/or change
becomes effective for the base schedule, except as follows:
A CMAS supplement is required when the CMAS is based on specific products and/or
services from another contractor's multiple award contract and the contractor wants to add a
new manufacturer's products and/or services.
A CMAS supplement 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.
April 7, 2021 Ordering Instructions and Special Provisions 13
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
SELF -DELETING BASE SCHEDULE TERMS AND CONDITIONS
Instructions, or terms and conditions that appear in the Special Items or other provisions of the
base schedule and apply to the purchase, license, or rental (as applicable) of products or services
by the US 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 (CSAR), 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 takes precedence if there is a conflict between the terms and
conditions of the contractor's base schedule, 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 agreements. Nonetheless, there is no guarantee that every
possible requirement that pertains to all the different and unique State processes has been
included.
PAYMENTS AND INVOICES
This CMAS contains prompt payment discounts when full payment is received within 10 days or
less of installation completion. See the base schedule for the specific percent of discount.
1. Payment Terms
Payment terms for this CMAS are net 45 days.
Payment will be made in accordance with the provisions of the California Prompt Payment Act,
Government Code (GC) § 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 (1)
the date of acceptance of goods or performance of services; or (2) receipt of an undisputed
invoice, whichever is later.
April 7, 2021 Ordering Instructions and Special Provisions 14
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
2. Payee Data Record (Standard 204)
State Agencies not transacting in FISCal, must obtain a copy of the Payee Data Record
(Standard 204) in order to process payments. State Ordering Agencies forward a copy of the
Standard 204 to their accounting offices. Without the Standard 204, payment may be
unnecessarily delayed. State Agencies should contact the CMAS contractor for copies of the
Payee Data Record.
3. DGS Administrative and Incentive Fees
Orders from Stale Aaencies:
The Department of General Services (DGS) will bill each State agency directly an
administrative fee for use of CMAS. 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.
See the current administrative fees in the DGS Price Book (www.dgs.ca.gov/OFS/Price-Book).
Orders from Local Government Agencies:
CMAS contractors, who are not California certified small businesses, are required to remit to
DGS an incentive fee equal to a percentage of the total of all local government agency orders
(excluding sales tax and freight) placed against their CMAS. The incentive fee is in lieu of local
government agencies being billed the referenced DGS administrative fee.
See the current incentive fees in the DGS Price Book.
This incentive fee is waived for CMAS purchase orders issued to California certified small
businesses.
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 CMAS entitled "Contractor Quarterly Report Process" for information on when
and where to send these checks and reports.
4. Contractor Invoices
Unless otherwise stipulated, the CMAS 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:
• CMAS number
• Agency purchase order number
• Agency Bill Code (State Only)
• Line item number
• Unit price
• Extended line item price
■ Invoice total
April 7, 2021 Ordering Instructions and Special Provisions 15
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
State sales tax and/or use tax shall be itemized separately and added to each invoice as
applicable.
The company name on the CMAS, purchase order and invoice must match or the State
Controller's Office will not approve payment.
5. Advance Payments
Advance payment is 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 (Government Code (GC) § 11256 —11263 and 11019).
It is NOT acceptable to pay in advance, except software maintenance and license fees, which
are considered a subscription and may be paid in advance if a provision addressing payment in
advance is included in the purchase order.
Software warranty upgrades and extensions may also be paid for in advance, one time.
6. Credit Card
The CMAS contractor does not accept the State 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 (State Administrative
Manual (SAM) § 3710).
For short-term rental equipment, the lease/purchase analysis must be approved by the
Department of General Services, Office of legal Services.
The lease/purchase analysis for all other purchases must be approved by the Department of
General Services, GS SMart State Financial Marketplace. Buyers may contact the GS SMart
Administrator, Kris Bianchini via e-mail at kristopher.bianchini@dgs.ca gov for further
information.
8. Leasing
The State reserves the right to select the form of payment for all procurements, be it either an
outright purchase with payment rendered directly by the State, or a financing/lease-purchase or
operating lease via the State Financial Marketplace (GS SMart and/or Lease SMart). If payment
is via the financial marketplace, the Supplier will invoice the State and the State will approve
the invoice and the selected Lender/Lessor for all product listed on the State's procurement
document will pay the supplier on behalf of the State.
Buyers may contact the GS SMart Administrator, Kris Bianchini via e-mail at
kristoplier.bianchinier�dgs_ca.gov for further information.
April 7, 2021 Ordering Instructions and Special Provisions 16
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
S. Maintenance Tax
The California Department of Tax and Fee Administration has ruled that in accordance with
Section 1546 of the Sales and Use Tax Regulations of the Business Taxes Law Guide,
whenever optional maintenance contracts include consumable supplies, such supplies are
subject to sales tax.
Generally, the State has two options:
1. For agreements that provide for only maintenance services (i.e., the furnishing of labor and
parts necessary to maintain equipment), the charges for the provision of maintenance
services are not taxable.
2. For agreements that provide for both maintenance services and consumable supply items
(i.e., toner, developer, and staples, for example), the provision of the consumable supplies
is considered a taxable sale of tangible personal property. Therefore, State agencies
awarding optional maintenance contracts are responsible for paying the applicable sales tax
on the consumable supplies used during the performance period of the maintenance
contract.
The Contractor will be required to itemize the consumables being taxed for State accounting
purposes.
CONTRACTOR QUARTERLY REPORT PROCESS
CMAS contractors are required to submit a detailed CMAS Business Activity Report on a quarterly
basis to the CMAS Unit.
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 must be mailed and shall not be e-mailed. All other
reports may be e-mailed to the attention of Quarterly Report Processing as follows:
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, go to the CMAS website
(www. dgs. ca. gov/PD/About/Page-Content/PD-Bra nch-I ntro-Accordion-List/Acq u isitio ns/Californ ia-
Multiple-Award-Schedules) and then select "File a CMAS Quarterly Report".
April 7, 2021 Ordering Instructions and Special Provisions 17
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
Important things to remember regarding CMAS Quarterly Business Activity Reports:
• A report is required for each CMAS, each quarter, even when no new purchase orders are
received in the quarter.
■ A separate report is required for each CMAS.
• Each purchase order must be reported only once in the quarter identified by the
purchase order date, regardless of when the services were performed, the products
were delivered, the invoice was sent, or the payment was received.
■ Purchase orders from State and local government agencies must be separated on the
report, as shown in the instructions.
• CMAS contractors must report the sales activity for all resellers listed on their CMAS.
• Any report that does not follow the required format or excludes required information will be
deemed incomplete and returned to the CMAS contractor for corrections.
■ Taxes and freight must not be included in the report.
• CMAS contractors must attach to their quarterly report a check covering the required
incentive fee for all CMAS sales to local government agencies.
• New CMAS agreements and supplements will be approved only if the CMAS 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:
Quarter 1
January 1 to March 31
Due April 15
Quarter 2
April 1 to June 30
Due July 15
Quarter 3
July 1 to September 30
Due October 15
Quarter 4
October 1 to December 31
Due January 15
CONTRACTOR QUARTERLY INCENTIVE FEES
CMAS contractors, who are not California certified small businesses, are required to remit to DGS
an incentive fee equal to a percentage of the total of all local government agency orders (excluding
sales tax and freight) placed against their CMAS. The incentive fee is in lieu of local government
agencies being billed the referenced DGS administrative fee.
See the current incentive fees in the DGS Price Book.
CMAS contractors cannot charge local government agencies an additional charge on a separate
line item to cover the incentive fee. The CMAS contractor must include the incentive fee in the
price of the products or services offered, and the line item prices must not exceed the applicable
base schedule 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.
April 7, 2021 Ordering Instructions and Special Provisions 18
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO.8
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 QuarterIV Report. See the
provision in this CMAS entitled "Contractor Quarterly Report Process" for information on when and
where to send these checks and reports.
OBTAINING COPY OF ORIGINAL CMAS AND SUPPLEMENTS
A copy of a CMAS and supplements, if any, can be obtained at Cal eProCure (caleprocure.ca.gov).
A complete CMAS consists of the following:
• CMAS cover pages (which includes the signature page, ordering instructions and special
provisions, and any attachments or exhibits as prepared by the CMAS Unit)
• CMAS Terms and Conditions.
• Base schedule terms and conditions
• Product/service listing and prices
• Supplements, if applicable.
It is important for the agency to confirm that the required products, services, and prices are
included in the CMAS and are at or below base schedule rates. To streamline substantiation that
the needed items are in the base schedule, the agencies should ask the CMAS contractor to
identify the specific pages from the base schedule 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
CMAS 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
Each agency is responsible for its own contracting program and purchasing decisions, including
use of the CMAS program and associated outcomes.
This responsibility includes, but is not necessarily limited to, ensuring the necessity of the services,
securing 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 (GC) § 19130.b (3) for outsourcing services.
It is the responsibility of each agency to consult as applicable with their legal staff 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.
April 7, 2021 Ordering Instructions and Special Provisions 19
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
CONFLICT OF INTEREST
Agencies must evaluate the proposed purchase order to determine if there are any potential
conflict of interest issues. See the 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 CMAS contractor before the purchase order is issued
This certification is required by the regulations implementing Executive Order 12549, Debarment
and Suspension, 29 CFR Part 98, Section 98.510, Participants; responsibilities. The regulations
were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211).
CONTRACTOR TRAVEL
The Travel provision is not applicable to this CMAS.
LIQUIDATED DAMAGES FOR LATE DELIVERY
The value of the liquidated damages cannot be a penalty, must be mutually agreed upon by
agency and contractor and included in the purchase order to be applicable.
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.
AMERICANS WITH DISABILITY ACT (ADA)
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 USC 12101; California Code of Regulations,
Title 2, Title 22; California Government Code, Sections 11135, 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 A 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.
April 7, 2021 Ordering Instructions and Special Provisions 20
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO.8
DGS PROCUREMENT DIVISION CONTACT AND PHONE NUMBER
Department of General Services
Procurement Division, CMAS Unit
707 Third Street, 2nd Floor, MS 2-202
West Sacramento, CA 95605-2811
Phone # (916) 375-4365
April 7, 2021 Ordering Instructions and Special Provisions 21
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
FIELDTURF USA, INC.
CMAS NO. 4-06-78-0031A, SUPPLEMENT NO. 8
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 is 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: 916-376-5127 (CALNET 480-5127)
The California Relay Service Telephone Numbers are:
Voice: 1-800-735-2922, or 7-1-1
Speech to Speech Service: 1-800-854-7784
April 7, 2021 Ordering Instructions and Special Provisions 22
LPA Contract Details
Contract ID 4-06-78-0031A
Contract Type
CMAS
Acquisition Type Status
NON -IT Goods Active
Description
Commodity Equipment and Service
Supplier ID
0000011110
Begin Date
10/07/2016
Contract Administrator
Buyer
Katelynne Leisenring
Department
DGS - Statewide
Procurement
Categories
UNSPSC UNSPSC Description
Supplier Name
FIELDTURF USA INC
Expire Date
08/06/2026
Email
katelynne.teisenring@dgs.ca.gov
Phone
49161700 Sports & Rec Equip -Track sports equipment
Page 1 of 2
1-3 of 3
https://caleprocure.ca.gov/pages/LPASearch/lpa-details-print.html 12/2/2021
Page 2 of 2
UNSPSC UNSPSC Description
30121803 Landscape architecture materials -Artificial turf
95122302 Permanent buildings & structures for build or maintenance - Sports & health
buildings & structures -Sports ground
Attachments lofl
Attachment File
4-06-78-0031A,_8. pd f
https://caleprocure.ca.gov/PSRelay/ZZ—PO.ZZ—CTR—SUP_CMP.GBL?
Page=ZZ_CTR_SU P_PG&Acti on=U&S ETI D=STATE&C NT RCT_I D=4 -06-78-0031A
https://caleprocure.ca.gov/pages/LPASearch/lpa-details-print.html 12/2/2021
EXHIBIT C
NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a
contract you will receive an email from the City's online insurance program requesting you to forward the email to your
insurance provider(s) to submit the required insurance documentation electronically
Insurance Requirements for Construction Contracts
Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages
to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the
Contractor, his agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including
products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than
$2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this
project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non -
owned autos with limit no less than $2,000,000 per accident for bodily injury and property damage.
3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit
of no less than $1,000,000 per accident for bodily injury or disease.
4. Builder's Risk (Course of Construction) insurance utilizing an "All Risk" (Special Perils) coverage form, with limits equal to the
completed value of the project and no coinsurance penalty provisions.
5. Professional Liability (if Design/Build), with limits no less than $2,000,000 per occurrence or claim.
Other Insurance Provisions:
(a) Additional Named Insured Status
The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered
as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on
behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General
liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form
CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a
later edition is used
(b) Primary and Non -Contributory insurance Endorsement
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For
any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG
20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained
by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said
Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to
obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether
or not the City of Lodi has received a waiver of subrogation endorsement from the insurer
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street,
Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of therp olect
that it is insuring.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to
increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies.
Page 1 1 of 2 pages I Risk: rev. 3/11/2018
(e) Notice of Cancellation or Chane in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240.
(f) Continuity of Covera e
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the
City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or
statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 at seq.).
(g) Failure to Comg_ly
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain
the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum
allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days
of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement
and interest on the first (1 st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement,
if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance,
the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the
Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities.
(h) Verification of Coverage
Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and
amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates
and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to
require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at
anytime. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective
date.
(i) Self -Insured Retentions
Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability
to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall
provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
Q) Insurance Limits
The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents,
representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials,
employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement
in the Agreement for Contractor to procure and maintain a policy of insurance.
(k) Builder's Risk [Course of Construction) Insurance
Contractor may submit evidence of Builder's Risk insurance in the form of Course of Construction coverage. Such coverage shall
name the City as a loss payee as their interest may appear.
If the project does not involve new or major reconstruction, at the option of the City, an Installation Floater may be acceptable. For
such projects, a Property Installation Floater shall be obtained that provides for the improvement, remodel, modification, alteration,
conversion or adjustment to existing buildings, structures, processes, machinery and equipment. The Property Installation Floater
shall provide property damage coverage for any building, structure, machinery or equipment damaged, impaired, broken, or
destroyed during the performance of the Work, including during transit, installation, and testing at the City's site.
(1) Subcontractors
Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance required from subcontractors
(m) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of
California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted
surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines
insurers (LESLI list) and otherwise meet City requirements.
Page 2 1 of 2 pages I Risk: rev. 3/1/2018
Capital Improvement Plan
FY 2021-2022
Project Title: Tony Zupo Field Munis Project Code: PKCP-22004 #193
Section I: Description District Nos: 2 Project Length multi-year Priority High
Repair and restore the grandstand, press box, storage rooms, backstop, underground infrastructure, and path of travel needs all of which are insurance items most of which will be
coverd by the insurance policy. Additional construction not covered by the insurance deductible includes: Washington Street improvements, storm water and pavement, construction of
new bull pen areas at the ends of the new proposed accessible dugouts, replacement of out of play baseline chain link fencing on the first and third base sides, underground utilities
(storm, electrical, water and sewer) and miscellaneoous concrete flat work.
Justification/factor driving project
On Sept. 16, 2020 at the regular city council meeting, staff updated council members on Tony Zupo Field regarding insurance settlement projects, ADA compliance and building code
requirements related to the arson fire that destroyed the main grandstand area, storage room space and press box. Based off of that meeting the consensus was to restore Tony Zupo
Field up to current building code requirements.
Additional Information
Phase 1415 (conceptual plan) -Construct new bullpen areas at the end of the new dugouts, Phase 1--16 (conceptual plan) Replace out of play baseline chain link fencing on on 1st and
3rd base sides (In total #15 and #16 cost $105,000 *misc-currently looking at funding through donations pushed out to FY 2023) --Future Phases include Phase 2 ($900K-$1.2
mill), Phase 3 ($550K -$650K), Phase 4 ($600K -$700K), Phase 5 ($450K to $525K), Phase 6 ($325K -$400K), and Phase 7 ($280K -$320K) *calling all future phases Miscellaneous
(see attachment for Phase 2.7 details)
Section II: Estimated Project Costs
Expenditure Prior Years FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 FY 25126 Future Yrs Total
Estimate Budget
Contracts $ 77,567 $ 1,897,440 $ 1,975,007
_
Miscellaneous $ - $ 250,000 $ 250,000
Internal Staff $ $ 30,000 $ 30,000 $ 30,000 $ 30,000 $ 90,000 $ 210,000
Miscellaneous $ - $ 105,000 $ 1,200,000 $ 650,000 I $ 700,000 $ 1,245,000 $ 3,900,000
Total Capital Costs $ 77,567 $ $ 2,177,440 $ 105,000 $ 1,230,000 $ 680,000 $ 730,000 $ 1,335,000 $ 6,335,007
Section III: Funding Sources/Methods of Financing
Funding Source(s) Prior Years FY 20121 FY 21122 FY 22123 FY 23124 FY 24125 FY 25126 Future Yrs Total
Estimate Budget
200 - Parks Operating $ 13,237 $ 13,237
432 - Parks&Rec Capital $ - $ 1,155,000 $ 105,000 $ 1,230,000 $ 680,000 $ 730,000 $ 1,335,000 $ 5,235,000
660 - General Liability $ 64,330 $ 1,022,440 $ 1,086,770
Total Project Financing $ 77,567 $ $ 2,177,440 $ 105,000 $ 1,230,000 $ 680,000 $ 730,000 $ 1,335,000 $ 6,335,007
Section IV Operating Budget Impact
Operating Cost or (savings) Prior Years FY 20121
FY 21122
FY 22123 FY 23124 FY 24125
FY 25126 Future Yrs Total
Estimate
Budget
Personnel $
$
Other Operating Costs $
$ -
$
Total Operating Impact $ - $ -
is - $ - $ -
$ - $ - $ -
RESOLUTION NO. 2022-26
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO WAIVE BIDDING PROCESS AND PURCHASE
MATERIALS AND SERVICES FROM FIELD TURF USA, INC., OF MONTREAL,
QUEBEC, FOR THE GRAPE BOWL ALL-WEATHER TURF REPLACEMENT
PROJECT UTILIZING CMAS CONTRACT NO. 4-06-78-0031A
WHEREAS, on April 7, 2010, the contract for the Grape Bowl All -Weather Surface Project
was awarded to Western Engineering Contractors, Inc., of Loomis, and the contract for the
purchase and installation of the all-weather surface was awarded to Field Turf USA, Inc., of
Montreal, Quebec; and
WHEREAS, the all-weather playing surface has a playable lifespan of 10 to 12 years. With
the increased play of recreational and competitive soccer, football, and constant UV exposure,
the field has broken down; and
WHEREAS, repairs are needed to address the depressed locations of the perimeter
trench drainage on the north and south sides; and
WHEREAS, staff recommends authorizing the City Manager to waive the bidding process
and purchase materials and services from Field Turf USA, Inc., of Montreal, Quebec, for the
Grape Bowl All -Weather Turf Replacement Project utilizing CMAS contract No. 4-06-78-0031A.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize
the City Manager to waive the bidding process and purchase materials and services from Field
Turf USA, Inc., of Montreal, Quebec, for the Grape Bowl All -Weather Turf Replacement Project
in the amount of $760,000, utilizing CMAS contract No. 4-06-78-0031A; and
BE IT FURTHER RESOLVED pursuant to Section 6.3q of the City Council Protocol
Manual (Res. No. 2019-223), the City Attorney is hereby authorized to make minor revisions to
the above -referenced documents) that do not alter the compensation or term, and to make
clerical corrections as necessary.
Dated: February 16, 2022
I hereby certify that Resolution No. 2022-26 was passed and adopted by the City Council
of the City of Lodi in a regular meeting held February 16, 2022, by the following vote:
AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN. COUNCIL MEMBERS — None
4a"'_Z' W?.,- /.,- -K ".f0
PAMELA M. FARRIS
Assistant City Clerk
2022-26