HomeMy WebLinkAbout2021-02-23 - AGENDA REPORTS - CYNCNTRY CMTY CENTER FURNITURE AND SUPPLIES (2)Agenda Item: 14
P
CITY OF SANTA CLARITA AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:1
DATE: February 23, 2021
SUBJECT: CANYON COUNTRY COMMUNITY CENTER FURNITURE AND
SUPPLIES
DEPARTMENT: Recreation and Community Services
PRESENTER: Lance O'Keefe
RECOMMENDED ACTION
City Council:
1. Approve the "piggback" purchase of furniture and facility supplies from Mity-Lite, Inc., for
the Canyon Country Community Center, Project F3020723, through the California Multiple
Award Schedule Contract# 4-17-71-01118, in the amount of $108,967, and authorize a
contingency in the amount of $10,897, for a total amount not to exceed $119,864.
3. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
On June 28, 2016, the City Council approved the Conceptual Master Plan (Plan) for the Canyon
Country Community Center (C4) project. The Plan includes the construction of a 25,000 square -
foot community center, plaza and courtyards, parking, walkways, landscaping, and street
improvements. The Plan also includes improvements to the Mint Canyon Channel and storm
drains which were coordinated with the Los Angeles County Flood Control District. The total
improved area of the project, including channel improvements, is approximately nine acres.
The new C4 facility is expected to open to the public in fall 2021, and will provide numerous
community programs, special events, and outdoor activities for people of all ages. Furniture and
facility equipment are needed to offer a wide variety of programs and services to the community.
The purchase will include banquet style tables and upholstered chairs to facilitate meetings and
special events in the large banquet room; program tables and chairs to facilitate recreational
programs, including arts and crafts, preschool classes, and homework help for local youth and
teens; and storage racks to safely transport furniture and store equipment in storage closets.
Page 1
Packet Pg. 70
On July 11, 1995, the City Council approved the use of "piggyback" purchasing. This process
permits the City to place orders against a competitively awarded, existing public agency contract.
The California Multiple Award Schedule (CMAS) Contract 4-17-71-01118 was competitively
solicited through a nationwide bid process and is valid through April 30, 2021, allowing the City
to take advantage of an existing process.
After performing a cost analysis and reviewing commercial list pricing for comparable furniture
from other sources, staff have determined that the CMAS cooperative purchasing contract with
Mity-Lite, Inc., provides competitive pricing and the best value to the City.
FISCAL IMPACT
Upon approval of the recommended actions, adequate funds will be available in expenditure
account F3020723.5201.001 to support the recommended furniture purchase.
ATTACHMENTS
Quote
CMAS for Mity Lite (available in the City Clerk's Reading File)
Page 2
Packet Pg. 71
14.a
QUOTE ACKNOWLEDGEMENT
THIS IS NOT AN INVOICE
Mi TY holsag, Sales Quote Number:
Mity Customer Number:
SQ01008-5
178842
Page: 1 Of 3
IIII IIII lr .., Illy lr .., a li Illr . l° Illy .. �° lr . III°i Illy
. o IIII° IIII . � IIII . � IIII Illy c.
I""Ill his quote collitalins qeiiielicitelins fol, Ill budget Ill uurlll e .
I""III e l3iroduct detaflsuinuIII e c oiir1plletedIll l i u, to youl, oirdell, belilig 1pIlaced.
Bill Sell Ship
To: CITY OF SANTA CLARITA To: CITY OF SANTA CLARITA To: CITY OF SANTA CLARITA
Gloria Tonoian
Gloria Tonoian
Gloria Tonoian
23920 VALENCIA BLVD.
# 120 23920 VALENCIA BLVD. # 120
23920 VALENCIA BLVD. # 120
06
SANTA CLARITA, CA 91355 SANTA CLARITA, CA 91355
SANTA CLARITA,
CA 91355
United States
United States
United States
c6z
Ship Via
Quote Expires
Payment Terms
Sales Person
ORIGIN, Freight Prepaid 12/18/2020 Net 30 Days
John King
Item No.
Description
UOM QTY
Unit Price
Total Price
C)
CHSSU
SWIFTSET FOLDING CHAIR UPHOLSTERED
Each 90
$85.52
$7,696.80
Universal Raven vinyl on the seat and back
Silver AR frame color
LCT72CWL11
REVEAL ROUND 72" COLOMBIAN WALNUT TABLE 29" TALLBLACK
Each 35
$709.70
$24,839.50
SAND FRAME & LEGS
REVEAL ROUND 72" COLOMBIAN WALNUT TABLE 29" TALL
BLACK SAND FRAME & LEGS
C)
RT3072SGB401
ABS RT3072 SMOOTH SPECKLE GRAY TOP/BLK BTM TABLE29" TALL,
Each 20
$185.36
$3,707.20
GREY TRIM & BLACK WISHBONE LEGS
RT3072BRN1
30 IN X 6 FT BROWN RECT TBL;29" TALL WITH BROWNTRIM;BROWN,
Each 40
$165.36
$6,614.40
CY
WISHBONE LEGS 08
CRT5WCHHTBLK2
COMFORT SEATING CART-5 WHEEL, BLACK; HOLDS 8G2 OR 10
Each 2
$240.30
$480.60
ENCORE, CLASSIC, E2, OR ACCESS CHAIRS
COMFORT SEATING CART-5 WHEEL, BLACK; HOLDS 8
G2 OR 10 ENCORE, CLASSIC, E2, OR ACCESS CHAIRS
CRTTREE1
MULTI FUNCTION TREE CART;MESH AND SWIFTSET FLDGCHRS
Each 1
$466.65
$466.65(
THANK YOU FOR CHOOSING MITYI
Subtotal
$99,912.69
Sales Tax
$9,054.21
Quote Total
$108,966.90
Signature: Date:
* NET Pricing Applied. * Quotes are valid for 30-days. * Delivery is Dock -to -Dock. * Sales Tax may be applicable.
* All orders are subject to 50% prepayment terms. Lead time is measured from receipt of prepayment.
* Customer is responsible for offloading order at delivery time unless otherwise prearranged.
* Mity, Inc. charges a 3% processing fee for all credit card payments.
MMi Lite Inc. P.O. BOX 679303, Dallas, TX, 75267-9303 US I PHONE 801-224-0589 FAX 801-224-6191
Packet Pg. 72
14.a
QUOTE ACKNOWLEDGEMENT
THIS IS NOT AN INVOICE
Mi TY holsag, Sales Quote Number:
Mity Customer Number:
SQ01008-5
178842
Page: 2 Of 3
y a li Illr . l° Illy .. �° lr . III°i Illy
IIII IIII Illy .. � Illy Illy . � IIII°IIII'y IIII . � Illly . � Illly Illy c.
I""Ill his quote collitalins qeiiielicitelins fol, Ill budget Ill uurlll e .
I""III e l3iroduct detaflsui luIII e c oiir1plletedIll l i u, to y u 1, oirdell, belilig 1pIlaced.
Bill Sell Ship
To: CITY OF SANTA CLARITA To: CITY OF SANTA CLARITA To: CITY OF SANTA CLARITA
Gloria Tonoian Gloria Tonoian Gloria Tonoian
23920 VALENCIA BLVD. # 120 23920 VALENCIA BLVD. # 120 23920 VALENCIA BLVD. # 120
SANTA CLARITA, CA 91355 SANTA CLARITA, CA 91355 SANTA CLARITA, CA 91355
United States United States United States
Ship Via Quote Expires Payment Terms Sales Person
ORIGIN, Freight Prepaid 12/18/2020 Net 30 Days John King
Item No.
Description
UOM
QTY Unit Price
Total Price
MULTI FUNCTION TREE CART;MESH AND SWIFTSET FLDG
CHRS
CRTXPTV30S
SPACE SAVER TABLE CART 30" TABLE SINGLE ENTRY
Each
6
$595.35
$3,572.10
SPACE SAVER TABLE CART 30" TABLE SINGLE ENTRY
XPTR31
ROUND TABLE CART 31" WIDE SIDES/BEAM PACKAGENO PLATES,
Each
5
$624.60
$3,123.00
CONTAINS TR10L & TR31 W
ROUND TABLE CART 31" WIDE SIDES/BEAM PACKAGE
NO PLATES, CONTAINS TR10L & TR31 W
SPS3108D
XPRESSPORT ROUND CART 31" WIDE SEPARATOR PLATE SETDOUBLE
Each
5
SLOT - 8 CAPACITY
DRAWING NO XT098
XPRESSPORT ROUND CART 31" WIDE SEPARATOR PLATE SET
DOUBLE SLOT - 8 CAPACITY
SPS3108D - Separator Plate set 31 W DS-8C
RT1896SGB4003
ABS RT1896 SMOOTH SPECKLE GRAY TOP/BLK BTM TABLE 29" TALL,
Each
12
$183.66
$2,203.92
GREY TRIM & BLACK OFFSET CONF LEGS
Subtotal
$99,912.69
Sales Tax
$9,054.21
THANK YOU FOR CHOOSING MITYI
Quote
Total
$108,966.90
Signature: Date:
* NET Pricing Applied. * Quotes are valid for 30-days. * Delivery is Dock -to -Dock. * Sales Tax may be applicable.
* All orders are subject to 50% prepayment terms. Lead time is measured from receipt of prepayment.
* Customer is responsible for offloading order at delivery time unless otherwise prearranged.
* Mity, Inc. charges a 3% processing fee for all credit card payments.
MMi Lite Inc. P.O. BOX 679303, Dallas, TX, 75267-9303 US I PHONE 801-224-0589 FAX 801-224-6191
Packet Pg. 73
14.a
QUOTE ACKNOWLEDGEMENT
THIS IS NOT AN INVOICE
Mi TY holsag, Sales Quote Number:
Mity Customer Number:
SQ01008-5
178842
Page: 3 Of 3
a li Illr . l° Illy .. �° lr . III°i Illy
IIII IIII Illy .. � Illy Illy . � IIII° IIII . � IIII . � IIII Illy c.
I""Ill his quote collitalins qeiiielicitelins fol, Ill budget Ill uurlll e .
I""III e l3iroduct detaflsui luIII e c oiir1plletedIll l i u, to youl, oirdell, belilig 1pIlaced.
Bill Sell Ship
To: CITY OF SANTA CLARITA To: CITY OF SANTA CLARITA To: CITY OF SANTA CLARITA
Gloria Tonoian Gloria Tonoian Gloria Tonoian
23920 VALENCIA BLVD. # 120 23920 VALENCIA BLVD. # 120 23920 VALENCIA BLVD. # 120
SANTA CLARITA, CA 91355 SANTA CLARITA, CA 91355 SANTA CLARITA, CA 91355
United States United States United States
Ship Via Quote Expires Payment Terms Sales Person
ORIGIN, Freight Prepaid 12/18/2020 Net 30 Days John King
Item No. Description
RTS2448SBEl ABS RTS2448 SMOOTH SPECKLE BEIGE TOP & BTM TABLEBROWN
TRIM, BROWN SHORT ADJ LEGS, 19-32" HEIGHT
CLHG0600000497OW50 CLASSIC HOURGLASS CHAIR
Finish: Black Sand
Back: Fixed
Seam Style: Waterfall
Leg: Standard
Chair Upholstery:
• Linette - Steel, I -Clean
RT3072SGB12 ABS RT3072 SMOOTH SPECKLE GRAY TOP/BLK BTM TABLEBLACK
TRIM, BLACK SHORT ADJ LEGS, 19-32" HEIGHT
Freight - 53' truck & Lumber service
NOTE: Inside Delivery Requested 1stfloor
CMAS contract #4-17-71-0111 B
THANK YOU FOR CHOOSING MITYI
UOM QTY Unit Price Total Price
Each 4 $179.91 $719.64
Each 360 $114.00 $41,040.00
Each 4 $210.85 $843.40
1 $4,605.48 $4,605.48
Subtotal $99,912.69
Sales Tax $9,054.21
Quote Total $108,966.90
Signature: Date:
* NET Pricing Applied. * Quotes are valid for 30-days. * Delivery is Dock -to -Dock. * Sales Tax may be applicable.
* All orders are subject to 50% prepayment terms. Lead time is measured from receipt of prepayment.
* Customer is responsible for offloading order at delivery time unless otherwise prearranged.
* Mity, Inc. charges a 3% processing fee for all credit card payments.
MMityLite Inc. P.O. BOX 679303, Dallas, TX, 75267-9303 US I PHONE 801-224-0589 FAX 801-224-6191
Packet Pg. 74
March 10, 2017
Brandon Ross
Mity-Lite, Inc.,
1301 West 400 North
Orem, UT 84057
Subject: Mity-Lite, Inc. California Multiple Award Schedule (CMAS)
CMAS Contract No.:, 4-17-71-0111B
CMAS Contract Term: March 10, 2017 through April 30, 2021
Base GSA Schedule No.: GS-03F-041 DA
The State of California is pleased to acceo't your firm's offer to establish a California Multiple Award
Schedule (CMAS) contract, which we have assigned the CMAS contract number and term identified
above. This contract number must be shown on each invoice rendered. Additionally, this letter shall not
be construed as acommitment to purchase any or all of the State's requirements from your firm. Prior
approval is required from the State for all news releases regarding this contract.
It is your firm's responsibility to furnish, upon request, a copy of this CMAS contract to State and local
government agencies. A complete CMAS contract includes the following: 1) this acceptance letter,
2) CMAS cover pages (which includes the signature page, ordering instructions and special provisions,
and any attachments or exhibits as prepared by the CMAS Unit), 3) CMAS terms and conditions,
4) Federal GSA terms and conditions, and 5) product/service listing and prices. The CMAS Unit strongly
recommends that overnment agencies_place orders with Contractors who provide ALL of the contract
elements described above.
To manage this contract, Contractors are directed to the `CMAS Contract Management and Information
Guide", which can be accessed at www.dgs.ca.gov/r)d/Droarams/LEiveraggdtqmas.-Lispx, then select the
"For Suppliers/Contractors" link. This guide covers topics such as CMAS Quarterly Reports,
amendments, extensions renewals„ Contractor's change of address or contact person, company name
change requests, and marketing your CMAS contract.
It is the Contractor's responsibility to submit on a timely basis detailed CMAS Quarterly Reports (along
with any applicable incentive fees).
THE NEXT QUARTERLY REPORT DUE FOR THIS CONTRACT IS 01-2017 (JAN-MAR
DUE BY APR 15, 2017.
i
The "Approved CMAS Contractor" logo is only available to CMAS contract holders for display at
conferences or on other marketing material. A login and password is required to download the logo. Go
to htto://www.dqs.ca,00v/Dd/Resources/FormsResource
§Lib[gr.as x ,then select "Reference Material";
click on "CMAS Logos" under the heading "Marketing Tools". At the prompt, enter the login:
"cmassupplier" and the password: "cmas010194".
Should you have any questions regarding this contract, please contact me at 916/375-4554. Thank you
for your continued cooperation and support of the CMAS Program.
JANNA W ELK, Program Analyst
California Multiple Award Schedules Unit
PROCUREMENT DIVISION I u: `-: r, w, ro
/0!7Ti,z, ,, .ti. ..,.r, . #f,9 ,. c. ` .._fir Ci , 7�."'id >. r.. I ?r ..i_,', ,
GS
�f 7+r ,i3
r Procurement Division
i' 707 Thkd Street, 2"" Floor, S #2�202
west Sarrai m nto, CA 95605-2811
State of California
MULTIPLE AWAR"D SCHEUr'%ULE
Mityr-L'Ite, Inc.
III This contract provides for the purchase and warranty of furniture 71
ucts
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
website: htt ://www.d6cuments.d s.ca.gov/r)d/contracts/contractindexlistin .pdf. This requirement is not
applicable to local government entities.
State agencies cannot use this CMAS contract to purchase products available through the California Prison
Industry Authority (CALPIA) without a one-time exemption from CALPIA. Agencies may request an exemption
at the following website: http //pia.r.,a.c ov/pdf/General info/General-State-A encv-Exemotion-Form.Ddf. A copy
of the approved exemption must be kept with the purchase order for audit purposes.
The most current Ordering Instructions and Special Provisions and CMAS Terms and Conditions, products
and/or services and pricing, are included herein. All purchase orders issued under this contract incorporate the
following Ordering Instructions and Special Provisions and CMAS Terms and Conditions dated August 2010.
Agency non-compliance with the requirements of this contract may result in the loss of delegated authority to
use the CMAS program.
Contractor non-compliance with the requirements of this contract may result in contract termination
i
i Effective Date: 3/10/017
JA'NNA WELK, Program Analyst, California Multiple Award Schedules it
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
MITY-LITE, INC.
CMAS NO. 4-17-71-0111 8
CMAS PRODUCT & SERVICE CODES,
The CMAS Produc# & 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-Mity-Lite
Furniture -Cafeteria
Furniture -Chairs
Furniture -Chairs Stacking
Furniture -Classroom
Furniture -Computer Worktables
Furniture -Conference Room
Furniture -Library
Furniture -Seating
Furniture -Tables
Furniture- Upholstered
Stage -Mobile
AVAILABLE PRODUCTS AND/OR SERVICES
The ordering agency must verify all products and/or
services are ,currently available on the base GSA
schedule at the GSA el-lbrary. Access the GSA
eLibrary at W�wvw.sael&i4v,gsa,.gov.
CMAS BASE CONTRACT
This CMAS contract is based on some or all of Ithe
products and/or services and prices from 68A
Schedule No. GS-03F-041DA (MITY-LITE, INC.) with
a GSA term of 111212016 through 1/1112021. 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 faxed to (801) 224-6191:
Mity-Lite, Inc.
1301 West 400 North
Orem, UT 84'057
Attn: Easton Linde
Agencies with questions regarding products and/or
services may contact the contractor as follows:
Phone: (800) 837-1468
E-mail: eastonl(,a7mitylite.com
TOP 500 DELINQUENT TAXPAYERS
In accordance with Public Contract Code Section
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 Board of Equalization that this
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.
The Franchise Tax Board's list is available at
www.ftb.ca.aoviaboutFTB/Delinguent Taxpavers. ml,
The Board of Equalization's list is available at
www.boe.ca aov! i-bic n/deliq,cgi.
CALIFORNIA SELLER'S PERMIT
Mity-Lite, Inc.'s California Seller's Permit No. Is
101580727. Prior to placing an order with this
company, agencies should verify that this permit is still
valld at the following website: www.boo.ca.gov.
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.
PRICE DISCOUNTS
This CMAS contract contains volume discounts. See
the base GSA schedule for the specific percent of
discount.
DARFUR CONTRACTING ACT
This contractor has certified compliance to the Darfur
Contracting Act per PCC section 10475, et seq.
WARRANTY
For warranties, see the federal GSA schedule and the
CMAS Terms and Conditions, General Provisions,
CMAS Warranty.
DELIVERY
45 days after receipt of order, or as negotiated between
'agency and contractor and included in the purchase
order, or as otherwise stipulated In the contract.
SHIPPING INSTRUCTIONS
F.O.B. (Free On Board) Origin. Buying agency pays the
freight charges.
Ordering Instructions and Special Provisions
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
MITY-LITE, INC.
CMAS NO. 4-17-71.0111B
State agencies (not local governments) must follow PURCHASING AUTHORITY DOLLAR THRESHOLD
the instructions'. below for shipping charges
exceeding $50. No CMAS order may be executed by a State agency
that exceeds that agency's CMAS purchasing authority
All shipments will be made by ground transportation threshold or the CMAS maximum order limit, whichever
unless otherwise ordered on the Std. 65. is less.
Before placing order, contact the DGS Transportation
Management (916) 376-1888 to determine the routing of
freight shipments. Yob will need to provide
Transportation Management with the point of origin and
destination. They will also want to know the commodity
being shipped and the estimated shipping weight of the
order. If shipping overnight, the account number mot
be Included.
Routing information should be shown on the face of the
Contract/Delegation Purchase Order (Std. 65) in the
format shown below.
Shipping Instructions:
Supplier route via:
Carrier's telephone number:. _
Annotate bill(s) of lading as follows:
"Freight for account of State of California. Tender
Number: -applies. State of
California Purchase Order Number: SHIP
FREIGHT COLLECT." Estimated Freight charges:
If supplier is unable to use this carrier, call
Transportation Management at (916) 376-1888.
The following statement must be noted on the
purchase order when the commodities are being
shipped via UPS (United Parcel Service) and the
State is paying directly to UPS (Collect).
Shipping Instructions:
Supplier route via United Parcel Service (ground).
State of California, Department of
UPS account number applies.
State of California Purchase Order Number
•
SHIP COLLECT. Estimated UPS
charges: _...............•
If supplier is unable to use UPS, call Transportation
Management at (916) 376-1888.
Contractor Note: Additional shipping costs incurred by
deviation to above shipping Instructions, without
Transportation Management approval, shall be charged
to the contractor,
HO,W 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):
• 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
.dgs.ca.aov/nd/Pi r m Lever ed CMA, .a
pxx, 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 Dirsabled 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.
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 (PCC § 10329).
Ordering Instructions and Special Provisions
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
MITY-LITE, INC.
CMAS NO. 4-17.71.0111B
Splitting a project into small projects to avoid either 4. Multiple Contracts on STD. 65 Order Form
fiscal or procedural controls is prohibited (SAM
4819.34). Agencies may Include multiple CMAS contracts
from the same contractor on a single Std. 65
MINIMUM ORDER LIMITATION Contract/Delegation Purchase Order. For
guidelines, see the SCM, Volumes 2 & 3, Chapter
There is no minimum dollar value limitation on orders 6.134.1.
placed under this contract.
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 webs'ite..
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
6.5:
http://www.das.ca.. govldas/ProaramsS,arvices/Form
s/FMC/Search.as x
2. Purchase Orders
I
The agency is required to complete and distribute
the order form, For services, (lie 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 orders that
are not accurate. Discrepancies are to be
negotiated and incorporated Into the order prior to
the products and services being clMlvered.
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.
5. 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 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.
Amendments unique to non -IT services are covered
in the SCM, Volume 2, Chapter 6.132.9 as follows:
If the original contract permitted amendments,
but did not specify the changes (e.g., quantity
and/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, see the SCM, Volumes 2 & 3, Chapter 8,
Topic 6, for more information on amending
purchase orders.
CONTRACTOR OWNERSHIP INFORMATION
Mity-Lite, 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 flies are reviewed.
The following website lists CMAS Small Business and
Disabled Veteran Partners:
www.dps.ca.qov//pdProg�arn�J,Leveraged/CMAS.aspx
then select "Find a CMAS �Contractor".
Ordering Instructions and Special Provisions
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
MITY-LITE, INC.
CMAS NU. 4-17-71-0111B
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:
.httD://www.dgs.r,a.go 2f Pricebook.as x
SMALL 13USINESSIDVBE - 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 t}h}�e
dollar amount the ordering agency can apply towards fts
small business or DVBE goal.
SMALL BU INESSIDVB'E - 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 conirctor as outlined above.
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.
TRADE-IN E UIPMENT
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 SAM 3520 through
3520.6, Disposal of Personal Property and Surplus
Personai Pro any', as applicable, when trade-ins are
considered. Property Survey Report, Std. 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.
NOT SPECIFICALLY PRICED (NSP) ITEMS
This provision is not applicable to this CMAS contract.
STATE AND LOCAL GOV RNMENTS CAN USE
CMAS
State 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.
Ordering Instructions and Special Provisions
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
MITY-LITE, INC.
CMAS NO.4-17-71.0111B
UPDATES AND/OR CHANGES APPLICABLE CODES POLICIES AND GUIDELINES
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 is 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 manufacturer's
products and/or services. ,
• 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).
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.
Nonetheless, there is no guarantee that every possible
requirement that pertains to all the different and unique
State processes has been included.
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, Section 2.136.2.
• 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 $5,000.
• Pursuant to Public Contract Code Section 10369
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. 204, Payee Data Record, 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.
Ordering Instructions and Special Provisions
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
MITY-LITE, INC.
CMAS NO. 4.17-71-0111B
ETHNICITYIRACEIGENDER R .OITING
REQUIREMENT
Effective January 1, 2007, in accordance with Pubic
Contract Code 10111, State agencies are to capture
Information on ethnic€ty, 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.
PAYMENTS AND tNVOICtS ' 1
This CMAS contract contains prompt payment
discounts. See the base GSA schedule for the specific
percent of discount.
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. seq. Unless
expressly exempted by statute, the Act requires
State agencies to pay properly submitte�,
undisputed Invoices not more than 45 days after (I)
the date of acceptance of goods or performance of
services; or (€1) receipt of an undisputed invoice,
whichever is later, '
2. Payee Data Record (Std. 204)
Each State accounting office must have a copy of
the Contractor's Payee Data Record (Std. 204) in
order to process payment of invoices, Contractors
are required to provide a copy of their Std. 204
upon request from an agency customer. Agencies
should forward a copy of the Std. 204 to their
accounting office.. Without the Sid. 204, payment
may be unnecessarily delayed.
3. DGS Administrative and Incentive Fees
Orders froarr State A encles.
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.
See the current administrative fees in the DGS
Price Book at:
htt2: .,dcis. ca.aovlofs/Pricebook.aspx,
Orders from Local GovernmentA enclesr
Effective for CMAS orders dated 1/1/2010 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.
The check covering this fee shall be trade 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.
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 tax shall be Itemized
separately and added to each invoice as applicable.
The company name on the CMAS contract,
purchase! order and Invoice must mato'h 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 (GC 11256 — 11263 and
11019),
Ordering Instructions and Special Provisions
CALIFORNIA MULTIPL� AWARD SCHEDULE (CMAS)
MITY-LITE, INC.
GM AA NO. 4-17.71-0111B
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
Mity-Lite, Inc: accepts the State of California credit
card (CAL -Card).
A Purchasing' Authority Purchase Order (Std. 65) is
required even when, the ' ordering department
chooses to pay the contractor via the CAL -Card.
Also, the DGS administrative fee is applicable for all
CMAS orders to suppliers not California certified as
a small business.
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.
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 fin ancig options are NOT
available through this contract.
As an alternative, agencies may consider financing
through the State's financial marketplace GS
$Marti"". All terms and conditions and lenders are
pre -approved for easy financing. The GS $Marty"
Internet address is
www.dos.ca.aovIDd/proarams/statefinancialmarkgtp
lace.aspx. I Buyers may contact the GS $Mart""
Administrator, Patrick Mullen by phone at (916)
375-4617 or via e-mail at
atr .mullen das.ca.aov, for further information.
CONTRACTOR QUARTERLY REPORT PROCESS i
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:
Ordering Instructions and Special Provisions
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, go to
www.das.ca.aovIDd/Proarams/Levera_aed/CVIAB.aspx,
and then select "For SupplleiWContractors".
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 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.
• Contractors must report the sales activity for all
resellers listed on their CMAS contract.
• Any report that does not follow the required format
or excludes required Information will be deemed
incomplete and returned to the contractor for
corrections.
• Taxes and freight most 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 begin on Q1-2010 reports, which
are due 4/1512010.
• 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.
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
MITY-LITE, INC.
CMAS NO.4-17-71-0111B
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 Jan 1 to Mar 31 Due Apr 15
Quarter 2 Apr 1 to Jur13,0, Due Jul 16
Quarter 3 Jul 1 to Sep 30 Due Oct 15
Quarter 4 Oct 1 to Dec 31 Due Jan 16
CONTRACTOR QUARTERLY INCENTIVE FEES
CMAS contractors who are not California certified small
businesses must remit to I 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.
CMAS contractors cannot charge local government
agencies an additional 1% charge on a separate Ilge
item to cover the Incentive. foe. The contractor must
include the 'I % 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.
The check covering this fee shall be made payable to
the Department of General i 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: j
• Cover pages with DGS logo and CMAS analyst's
signature, and Ordering Instructions and Special
Provisions.
• California CMAS Terms and Conditions.
• Federal GSA Terms and Conditions.
• Federal GSA products, services, and price list.
• Supplements, if applicable.
Ordering Instructions and Special[ Provisions 9
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
IdentIN 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). A 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.
This responsibility includes, but Is not necessarily limited
to, ensuring the necessity of the services, securing
appropriate fding, complying with laws and policies,
preparing t 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 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.
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.
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
MITY-LITE, INC.
CMAS NO, 4-17-71-0111B
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 19160-10211).
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. Ali, 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 Compllance Potiy of Nondiscrimination
on the Basis of Disability. I I
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, 2nd Moor, MS 202
'Vest. Sacramento„ CA 95605-2811
Phone # (916) 375-4363
Fax # (916) 375-4663
Ordering Instructions and Special Provisions 10
CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS)
MITY-.LITE, INC.
CMAS NO. 4-17-71-0111 B
ATTACHMENT
ADA NOTICE
Procurement Division (State Department of General Services)
AMERICANS WITH DISABILITIES ACT (ADA) COMPLIANCE
POLICY OF NONDISCRLMINATION 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 arel 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, 1T 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) 376-1891
Fullerton Office l (714) 773-2093
The California Relay Service Telephone Numbers are:
Voice
TTY:
Speech -to -Speech:
1-800-735-2922 or 1-888-877-5379
1-800-735-2929 or 1-888-877-5378
1-800-854-7784
Ordering Instructions and Special Provisions 11
&
(
}
0
#
m 10
§ 7
t 2
2
§
E
0 m m
CDk k
n a R
� 2 k
Jo ?
CD
(D / /
\
§
0 2 E 2 9
k 7
O / k
CL
@
2 O O O O
d
�
F m
@ $
vi,
� O
q
Instructions for completing the WAS Quarterly Business Activity Report
1. Complete the top of the form with the appropriate information foriyour 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 billing code. This is a five -digit number identified on
the upper right hand corner of the Std. 65 purdhase 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 identify the 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 WAS contract, each quarter, even when there are no new orders -for the
quarter. i
• Quarterly reports are due two weeks after! the end of the quarter.
Ordering Instructions and Special Provisions 13
GSPD-401 Non -IT Commodities-CMAS
CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS)
GENERAL PROVISIONS - NON -IT COMMODITIES
DEFINITIONS: Tire 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, 8-corporation, ltmlte i
liability corporation„ limited Iiabllity partnership, sole
proprietorship, John( stock company, consortium, or they
private legal entity recognized by statute.
b) "Eluyer"' means the State's authorized Contractlnwg offlci 1.
a) "Contract" means this Contract or agreement (inoludtng any
purchase order), by whatever name known or In whatever
formal used.
1) "Contractor" means the Business Entity with whom the
State enters ' into this Contract. Contractor shall be
synonymous with';suppiler% "vendor" or other similar term.
�} "Goods" (commodities) means all types of tangible personal
property, Including but not limited to materials, supplies, and
equipment (Including computer equlpment and
telecommunications).
"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 Cal€fohnia,
2. CONTRACT FORMATION: If this Contract results from a
Contract Offer, then Contractor's offer is deemed a flan offer and
this Cohtract document Is the State's acceptance of that offer.
3. COMPLETE' INTEGRATION; This Contrac(, including any
documents 0,worporstedherein 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 Hof the Contract.
4. SEVERABILIfY: The Contractor and the State agree that if any
provision of this Contract Is found to be illegal at 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 terra or provision lall
promptly inform the other of the pfesurned non-applloabllit of
such provision.
S. INDEPENDENT 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 atf 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 )lability 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).
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 lonroVptes of
government or public law Oro Involved, when litigation might
create precedent affecting future State operations or Itablilty,
or when Involvement of the State Is ofhewtW mandated by
law, vie State may participate in such action at Its own
expense with respect to attorneys' fees and costs (but not
liability); (€i) the State will have the right to approve or
disapprove any settlement or compromise, which approval
wilt not unreasonably be withheld or delayed; and (ill) the
State will reasonably cooperate in the defense and In any
related settlement negotiations.
9. CMAS — ASSIGNMENT: This Contract shall not be assignable
by lire Contractor in whole or to 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 Stale 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 the event of any
inconsistency between the articles, attachments, specifications or
provisions which constitute this Contract, the following order of
precedencoshall 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;
d) Statement of Work, including any specifications'Incorporated
by reference herein;
August 2010 Page 1 of 10
GSPD-401 Non -IT Commodities-CMAS
CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS)
GENERAL PROVISIONS - NON -IT COMMODITIES
e) special terms and. conditions; and
0 all other attachments incorporated In the Contract by
reference.
12. PACKING AND SHIPMENT;. ,
a) -Ali 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
It) the number of the container in which the packing sheet
has been enclosed.
b) All shipments. by Contractor or its subContraclors 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 lnspegdon, it requlred, Goods for
different (,.orttracts shall be listed on separate packtng
sheets.
c) Shipments must be made as spedfied in His Contract„ as It
may be amended, or o(trerwlse directed to wrlting by the
State's Transportation Management Unit wtii-atn 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.), fi lght terrra e-and routing
instyWilons. The State may permlt use of an alle(nate
carrier at no additional cost to Ike State with advance written
authorization of the Buycar.
b) If 'prepay and add" Is selected, ed, supporting �fretght bllls are
required when over $ii, unless an exact freight charge Is
approved by the Ti ransportatio Manageent Unit wlthln the
Depmtrrwt of General Services Procurernimi Dtivisloln and a
walver Is granted.
c) On "17,0.B Shipping Point' twsactf rs, , should any
shipments under the Contract be received by The State in a
damaged condition and any related freight loss arA d anage
claims Iliad against the carrier' or carrlers be Wholly or
partially declined by the carrier or carders with the Inference
that damage was the result of the act of the shipper such as
inadequate packaging or loading or some Inbpreni dnefect In
the equipment a adlor malerlal, Contractor, on request of the
Slate„ shall at Conlracloes own expense asslst the State in
establishing carrier llablilly by supplying evidence that the
equipment arrdlor material was properly consqucted,
manufactured, packaged, and secured to withstand! horrid
transportation oondlttons,
14. TIME IS OF THE ESSENCE: Time Is of -the -essence in this
Contract.
Contractor at Contractor's 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 9uyer. Contractor shall
not use airy 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 and
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 by the 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 ' tat�e at derstinatlo'n,
notwithstanding any paymesit or lnspec9on at source.
e) The State shall give written notice of rejecdton of Goods
dellvered or sefvlces performed hereunder wi hln a.
reasonable time after receipt of auch C'oo ds or perfonnrace
of such services. Such notice of relectlon will state the
resppects In which the Goods do not substantially conform to
theft spedfications, If the Slate does not provide such notice
of relectlon within thirty (30) days, unless otherwise specified
in the Sta 6ment of 'Work, of dellvery, 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.
181
15, DELIVERY: Contractor shall strictly adhere to the delivery and
completion schedules specified In this Contract. Time, if stated as 19:
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
payment for the excess Goods, and may return them to
SAMPLES
a) Samples of items may be required 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.
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.
August 2010 Page 2 of 10
GSPD-401 Non -IT Commodities-CMAS
CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS)
GENERAL PROVISIONS
- NON -IT COMMODITIES
Unless otherwise specified, the warranties contained in this
designee, shall terminate by delivering to the Contractor a
Contract begin after acceptance has occurred.
Notice of Termination specifying the extent of termination
a) Contractor warrants that Goods and services furnished
and the effective date thereof. The parties agree that; as to
hereunder will conform to the requirements of thls Contract
the terminated portion of the Contract, the Contract shall be
(including all descriptions, specifications and drawings made
deemed to remain In effect until such time as the termination
a part hereof), and such Goods will be merchantable, fit for
settlement, if any, is concluded and the Contract 'shall not be
their Intended purposes, free from all defects in materials
void,
and workmanship and to the extent not manufactured
b) After recelpl of a Notice of Termination, and except as
pursuant to detailed designs furnished by the State, free
directed by the State„ the Contractor shall immediately
from defects in design. The State's approval of designs or
proceed with the following obligations, as appptcabVe,
specifications furnished by Contractor shall not relieve the
regardless of any delay in detennlning or adjuusfing any
Contractor of its obllgatiorls under this warranty.
amounts due under this clause The Contractor she11:
b) All warranties, including special warranties specified
1) Stop work as specified In the Notice of Termination.
elsewhere herein, shall inure to the State, its successors,
It) Place no further subContracts for materials, services, or
assigns, customer agencies and users of the Goods 'or
facilities, except as necessary, to complete the
services.
continued portion of the Contract.
Ili) Terminate all subContracts to the extent they relate to
20. SAFETY AND ACCIDENT PREVENTION: In performing work
the work terminated.
undo this Contract on State premises, Contractor shall conform
iv) Settle all outstanding liabilities and termination
to any specific safety re ulremenis oontalned In The Contract or as
settlement proposals arising from the termination of
required by law or regulation„ Contractor shall take any additional
subcontracts; the approval or ratification of which will
precautions as the State may reasonably require for safety and
be final for purposes of this clause.
accident prevention purposes. Any violation of such rules and
requirements, unless promptly, corrected, shall be grounds for
24. TERMINATION FOR DEFAULT:
termination of this Contract in accordance with the default
a) The State may, subject to the Force Majeure paragraph
provisions hereof.
contained herein, by written notice of default to the
Contractor, terminate this Contract in whole or in part if the
21. INSURANCE: mNtroen performing work on property In the care,
Contractor fails to;
custody, or control of the State Contractor shall malntain� all
1) Deliver the Goods or to perform the services within the
commercial general llabtllty Insurance, workers' compensation
time specified in the Contract or any amendment
Insurance and any other Insurance;the State dooms appropriate
thereto;
under the Contract. Contractor shall furnish an insurance
ii) Make progress, so as to endanger performance of this
certificate evidencing required Insurance coverage acceptable to
Contract (but see subparagraph (b) below); or
the State. Upon request by the Buyer, the Contractor may be
ill) Perform any of the other provisions of this Contract (but
required to have the State shown as an "additional insured" on
see subparagraph ,(b), below).
selected policies.
b) The State's right to terminate this Contract under
subparagraphs (a)(6) and (a)(111) above, may be exercised if
22. TERMINATION FOR NON -APPROPRIATION OF FUNDS:
the Contractor does not cure such failure within the time
a) if the term of this Contract extends into fiscal years
frame stated In the cure notice issued by the Buyer. "
subsequent to that in which it Is approved, such continuation
c) If the State terminates this Contract in whole or In part, it
of the Contract is contingent on the appropriation of funds for
may acquire, under the terns and In the manner the Buyer
such purpose by the Legislature. If funds to effect such
considers appropriate, Goods or services similar to those
continued payment are not appropriated, Contractor agrees
terminated, and the Contractor will be liable to the Slate for
to take back any affected Goods fiurnished under this
any excess costs for those Goods or services. However, the
Contract, terminate any WOWS supplied to the Stale under
Contractor shall. continue the work not terminated.
this Contract, and reileve the State of any further obligafion
d) If the Contract is terminated for default, the Slate may
therefor. I
requlrs The Contractor to transfer title and deliver to the
b) STATE AGREES THA°f IF PARrGRAPH, (a) A60VE IS
'SHALL
State„ as directed by tier Buyer, any:
INVOKED, GOODS RETURNED TO THE
I) Completed Goods, and
CONTRACTOR IN SUBSTANTIALLY THE SAME
il) Partially completed Goods and materials, parts, tools,
CONDITION IN WHICH, DELIVERED TO THE STATE,
dies, jigs, fixtures, plans, drawings, information, and
SUBJECT TO NORMAL WEAR AND TEAR. STATE
Contract rights (collectively referred to as
FURTHER AGREES TO PAY FOR PACKING, CRATING,
"manufacturing materials" In this clause) that the
TRANSPORTATION TO CONTRACTOR'S NEAREST
Contractor has specifically produced or acquired for the
FACILITY AND FOR REIMBURSEMENT TO THE
terminated portion of this Contract. Upon direction of
CONTRACTOR FOR EXPENSES INCURRED FOR THEIR
the Buyer, the Contractor shall also protect and
ASSISTANCE IN SUCH PACKING AND CRATING.
preserve property in Its possession in which the State
has an interest.
23, TERMINATION FOR THE CONVENIENCE OF THE STATE:
e) The State shall pay Contract price for completed Goods
a) The Stale may terminate performance of work under his
delivered and accepted. The Contractor and Buyer shall
Contract for Its convenience in whole or, from time to lirn , In
agree on the amount of payment for manufacturing materials
part, if the DeparlmeM of General Services„ Deputy Dlrecior,
delivered and accepted for the protection and preservation of
Procurement Division, ors daslgnee, determines that a
the property. Failure to agree will be a dispute under the
termination is in the State's interest. The Department of
Disputes clause. The State may withhold from these
General Services, Deputy Director, Procurement Division, or
amounts any sum the Buyer determines to be necessary to
August 2010 Page 3 of 10
0
GSPD-401 Non -IT Commodities-CMAS
CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS)
GENERAL PROVISIONS - NON -IT COMMODITIES
protect the State against loss because of outstanding liens
installed by the Contractor, or for damage to alterations or
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 defautt was excusable, the rights
the Contract.
and obligations of the parties shall be the same as if the
19
termination had .been issued for the convenience of the
28.
INDEMNIFICATION Contractor. agrees i o indemnify, defend and
State.
save" harmless the State, Nis officers, agents and employees from
g) The rights and.remedies of the State In this clause �re 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 irr connection with the performance of this
25. FORCE MAJEURE:
Contract, and from any and all claims and losses accruing or
Except for defaults of subContractors at any tier, the Contractor
resulting to any person, firm or corporation which may be Injured
shall not be liable for any excess costs If the failure to perform the
or damaged by Contractor in the performance of this Contract,
Contract arises from causes beyond the control and without the
fault or negligence of the Contractor. Examples of such causes
29.
INVOICES: Unless otherwise specified, invoices shall be sent to
include, but are not limited to:
the address set forth herein. Invoices shall be submitted in
a) Acts of God or of the public enemy, and
triplicate and shall include the Contract number; release order
b) Acts of the federal or state government in either its sovereign
number (if applicable); Item number; unit price, extended item
or Contractual capacity.
price and invoice total .amount. State sales tax andlor use tax
If the failure to perform is caused by the default of a
shall be .itemized separately and added to each Invoice as
subContractor at any tier, and if the cause of the default Is beyond
applicable,
the control of both the Contractor an,0 subContractor, and without
the fault or negligence of either, the Contractor shall not be liable
30.
REQUIRED PAYMENT DATE: Payment will be made in
for any excess costs for failure to perform,
accordance with the provisions of the California Prompt Payment
Act, Government Code Section 927 et. seq, Unless expressly
26. RIGHTSAND REMEDIES OF ST'ATZF FO,R DEFAULT:
exempted by statute, the Act requires state agencies to pay
a) In the event/ any, Goods furni'sq or services provided by the
properly submitted, undisputed invoices not more than 45 days
Contractor In the performance of the Contract should fall to
after (1) the date of acceptance of Goods or performance of
conform to the requirements herein, or to the sample
services; or (11) receipt of an undisputed invoice, whichever is
submittetl by the Contractor, the State may reject the same,
later.
and it shall become the duty of the Contractor to reclaim and
remove the item promptly or to correct the performance of
31.
TAXES: Unless otherwise required by law, the State of California
services, without expense to the State, and Immediately
is exempt from Federal excise taxes. The State will only pay for
replace all such rejected items with others conforming to the
any State or local sales or use taxes on the services rendered or
Contract.
Goods supplied to the State pursuant to this Contract.
b) In addition to any other rights and remedies the State may
have, the State may require Contractor, at Contractor's 1
32,
NEWLY MANUFACTURED GOODS: All Goods furnished under
expense, to ship Goods via air, freight or expedited routing to !
this Contract shall be newly manufactured Goods; used or
avoid or minimize actual or potentlal delay it the delay Is the
reconditioned Goods are prohibited, unless otherwise specified,
fault of the Contractor.
c) In the event of the. termination of the Contract, either in
33.
CONTRACT MODIFICATION: No amendment or variation of the
whole or in part, by reason of default or breach by the
terms of this Contract shall be valid unless made in writing, signed
Contractor, any loss. or damage sustained by the State in
by the parties and. approved as required. No oral understanding •
procuring any items which the Contractor agreed to supply
or agreement not incorporated in the Contract is binding on any of
shall be borne and paid for by the Contractor,
the parties.
d) - The State reserves the rlghi to offset the reasonable.cost of
all damages caused to the State against any outstanding
34.
CONFIDENTIALITY OF DATA: All financial, statistical, personal,
Invoices or amounts owed to Contractor or to make a claim
technical and other data and information relating to the State's
against the Contractor therefore,
operation which are designated confidential by the State and
made available to the Contractor: in • order to carry out this
27, CONTRACTOR'S LIA131UTY FOR INJURY TO PERSONS OR
Contract, or which become avallable to the Contractor in carrying
DAMAGE TO PROPERTY:
out this Contract, shall be protected by the Contractor from .
a) The Contractor shall be liable for damages arising out of
unauthorized use and disclosure through the observance of the
injury to the person andlef damage to the property of the
same or more effective procedural requirements as are applicable
Stale, employees of the' State; persons designated by the
to the State. The Identification of all such confidential data and
State for training; or any other person(s) other than agents or
Information as well as the State's procedural requirements for
employees of the Contractor, designated by the State for any
protectlon of such data and Information from unauthorized use
purpnse, , prior to, during, or subsequent to delivery,
and disc$sure shall be provided by five Slate In writing to the
rpstaNlatilon„ accept ice, and us" of the Goods either at the
Contractor, If the methods and procedures employed by the
Contractor's side or at the Ctate"s place of business provided
Contractor for the protection of the Contractor's data and
.that the injury or damage was caused, by the fault or
Information are deemed by the State to be adequate for the
nellgenc'e of the Contractor,
protectlon of the State's confidential Information, such methods
b) Contractor shall not be liable for damages arising out of or
and procedures may be used, with the wriften consent of the
caused by an alteration or an attachment not made or
Stale,, to carry out the Intent of this paragraph, The Contractor
August 2010 Page 4 of 10
GSPD-401 Non -IT Commodities-CMAS
CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS)
GENERAL PROVISIONS - NUN -IT COMMODITIES
shall not be required under the ,provisions of this paragraph to
keep confidential any data or inforrtiation 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. I
35. NEWS RELEASES: Unless otherwise exempted, news releases
pertaining to this Contract she I not be made without prior written
approval of the Departrriorit of tenerat Services.
36. PATENT, COPYRIGHT AND TRADE SECRET INDEMNITY:
a) Contractor shall hold the Slate of California, its officers,
agents and employees, harmless from liability of any nature
or klrvJ, Including costs and expenses, for infringement or
use of any copyrighted or unoopyrighted composition, secret
process,patented' or unpatenlied invention, article or
appilarwe furntslied or used In connantfon with the Cantr o1.
b) Contractor may be required to furimtsh a bond to the �ata
against any and all loss, dia ge, costs, expenses, cl tms
and dabiil(y for patent 6opyrIght 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:
t) That the Contractor shall be notified within a reasonable
time In wrttingg tinny the State'6� any°notice of such claim;
and,
il) That the Contractor shall have the sole control of the
defense of any action on such • claim and all
negotlations for As settlemi or compromise, provided,
however, that when prindplee of government or f btic
law are Involved„ the State Shall have the option to
participate In such action al its own expense.
d) Should the Goods or software, or the operalion thereof,
become, or in the Contractor's opinion are lately to become,
the subject 'of a claim of Infringement of a United States
patent or copyright or a trade secret„ the State shall penult
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 some so that they become
non-Infrtnging, If none of these options can reasonably be
taken, or If thp Lisa of such Goods or software by the S ate
shall be prevented by injunction, the Contractor agrea to
take back such Goods or , software and' make every
reasonable effort to asslst� the' State In procuring subsOluite
Goods or software. If, in the sole opinion of the State, the
rotten of such infringing Goods or software makes the
retention of other Goods or software acquired frorn the
Contractor under this Contract jmpractfcal, the State shall
then have the option of terrNnatirig 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 or damage.
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 irlfringerr, enI which is based upon:
t) The combination or utilization of Goods furnished
hereunder with equipment or devices not made or
furnished by the Contractor) or,
it) 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.
1) 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 ccpyrighl laws.
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 auditor(s) 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 fallh and attempi. to resolve
potential disputes informally. If the dIspLule persists,
Contrri;ctor shall subrrA to the Departonenl Director or
designee a written demand for a finat decision regarding Rime
disposition of any dispute between the parties arlsing under,
related to or Involving this Contract, unless the State, on its
own Imitative, ties 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 shall Include vnith the
demand a-o itferi statement signed by an authorized person
Indicating that the demand is made In good faith, that the.
supporting data are accurate and oompletii and that the
amount requested accurately reflects the Contract
ad,iustment for which Contractor believes flu State is liable,
lit the Contractor is not satisffed 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. Ian the event that this
Contract is for Inf'ommallon technology Goods andfor
services, the decision may be appealed to an Executive
Committee of State and Contractor personnel,
b) Pending the final resolution of any dispute arlsdM under,
related to or InVDIVIng tlmis Contract Contractor agrees to
diligently proceed with the performance of this Contract,
Including lho delivery of Goods or provKng of services In
accordance with the Stale's Instructions. Contractor's failure
to dINgently proceed In accordance with the Slane's
Instructions shaft be considered a material breach of this
Cor 4raot, '
August 2010 Page 5 of 10
GSPD-401 Non -IT Commodities-CIVIAS
CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS)
GENERAL PROVISIONS - NON -IT COMMODITIES
Any final decision of,the State'shall be expressly Identified as
such, shall be In writing, and shall be signed by the
Department Director or designee or Deputy Director,
Procurement Division If an appeal was made. If the State
.fails to render a final decision. within 90 days afier receipt of
Contractor's demand, it shall be deemed a final decision
adverse to Contractor's contentions, The State's final
'decision shall be conclusive and binding regarding the
dispute unless Contractor commences an action in a court of
competent jurisdiction to contest such decision within 90
days following the date of the final decision or one (1) year
following .the, accrual of the cause of action, whichever is
later,
39. STOP WORK:.
a) The State may, at any time, by written Stop Work Order to
the Contractor, requtir-e the Contractor to stop all, or any part,
of the work called for by this, Contract for a period up to 90
days after the Stop Work Order Is delivered to the
Contractor, and for any further period to which the parties
may agree. The Stop Work Order shall be specifically
identified as such and shall indicate it Is Issued under this
clause, Upon receipt of the Stop Work Carder, the Contractor
shalt larrnedfalely comply with its terms and take all
reasonable steps to minimize the Incurrence of costs
allocable to the work covered by the Stop Work Order during
the period of work stoppage. Within a period of 90 days after
a Stop Work Order Is delivered to the Contractor„ or wih�ln
any extension of that period to which the parties shad have
agreed, the State shall either:
I) Cancei the Stop W rk Crater: or
R) T`enntnate the wo covered by the Stop, Work Order as
provided for In the tomr4nation for default or the
terrnlnallon tar convenience clause of this Contract.
b) If a.Stop Work Order issued under this clause is canceled or
the period of the Stop Work Order. or any extension thereof
expires, the Contractor shall resume work. The State shall
make an equitable adjustment in the delivery schedule, the
'Contract price, or both, and the Contract shall be modified, in
writing, accordingly, If:
1) The Stop Work Order results in an increase in the time
required for, or in the Contractor's cost properly
allocable to . the performance of any part of this
Contract; and
11) The Contractor I
assertsi I its right to. an equitable
adjustment within 30 days: after the end of the period of
work stoppage; provided, that if the State decides the
facts justify the action, the State may receive and act
upon a proposal submitted at any .time before final
payment under this Contract.
c) If a Stop. Work Order is not canceled and the work covered
by the Stop Work Order is terminated in accordance with the
provision entitled .Termination for the Convenience of the
State, the State shall allow reasonable costs resulting from
the Stop Work Order in arriving at the termination settlement.
d) The State shall not be liable to the Contractor for loss of
profits because of a Stop Work Order issued under this
clause.
40, PRIORITY HIRING CONSIDERATIONS: If this Contract inoWes
services In excess or '2o0,000„ the Contractor shall give norfty
consideration In filling vacancies In positions funded the
Contract to qualifier) redplents of aid under Waifare and
Institutions Code Section 1I200'In accordance vath PCC SaiAlon
10353,
41. COVENANT AGAINST GRATUITIES: The Contractor warrants
that no gratuities (in the form of entertainment, gifts, or otherwise)
were offered or given by the Contractor, or any agent or
representative of the Contractor, to any officer'or employee of the
State with a view toward securing the Contract or securing
favorable treatment with respect to any determinations concerning
the performance of the Contract. For breach or vioWlon of this
warranty, the State shall have the right to terminate the Contract,
either in whole or in part, and any loss or damage. sustained by
the State in procuring on the open market any items which
Contractor agreedto supply shall be borne and paid for by the
Contractor. The rights and remadles of the State provided in this
clause shall not be exclusive and are in addition to any other
rights and remedies provided by law or in equity,
42. NONDISCRIMINATION CLAUSE:
a) During the performance of this Contract, Contractor and its
subcontractors shall not unlawfully discriminate, harass or
allow harassment, against any employee or applicant for
employment because of sex, sexual orientation, race, rotor,
ancestry, religious creed, national origin, disability (Including
HIV and AIDS), medical condition (cancer), age, marital
status, and dental of family care leave. Contractor and
subcontractors shall insure that the evaluation and treatment
of their employees and applicants for employment are free
from such discrimination and harassment. Contractor and
subContractors shall comply with the provisions of the Fair
Employment and Housing Act (Government Code, Section
12990 et seq.) and the applicable regulations promulgated
thereunder (California Code of Regulations, Title 2, Section
7255.0 et seq.). ' The applicable regulations of the Fair
Employment and Housing Commisslon Implemenling
Government Code Section 12990 (a-0, set forth in Chapter 5
of Division 4 of Title 2 of the California Code of Regulations
are incorporated Into this. Contract by reference and made a
part hereof as If set forth in full. Contractor and its
subContractors shall give written notice of their obligations
under this clause to labor organizations with which they have
a collective bargaining or other agreement,
b) The Contractor shall include the nondiscrimination and
compliance provisions of this clause in all subContracts to
perform work under the Contract.
43, NATIONAL LABOR RELATIONS BOARD CERTIFICATION:
Contractor swears under penalty of perjury that no more than one
final, unappealable finding of contempt of court by a federal court
has been Issued against the Contractor wltt w the Immediately
precedln; two-year period tbecause of the Contractor's failure to
comply with an .order of the National Labor Relations Board. This
provision is required by, and shall be construed in accordance
with, PCC Section 10296.
44. ASSIGNMENT OF ANTITRUST ACTIONS: Pursuant to
Government Code Sections 4652, 4553, and 4554, the following
provisions are Incorporated herein:
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
all rights, title, and Interest in and to all causes of action it
may have under Section 4 of the Clayton Act (15 U,S,C. 15)
or under the Cartwright Act (Chapter 2, commencing with
Section 16700, of Part 2 of Division 7 of the Business and
Professions Code), arising from purchases of Goods,
material, or services by the supplier for sale to the State
pursuant to the solicitation. Such assignment shall be made
August 2010 Page 6 of 10
I !
GSPD-401 Non-iT Commodities-CMAS
CAwLIFQRNIA MULTIPLE AWARD SCHEDULES (CMAS)
GENERAL PROVISIONS - NON -IT COMMODITIES
and become effective at the time the State tenders final
payment to the supplier.
If the State recelves, elth r through judgment or settlement,
a monetary recoveryfor cause of action assigned under
this chapter, the assignor shall be entitled to receive
reimibulrsament for actual! legal costs Incurred and may, aeon
demand, recover from the State any portion of the recovery,
Including treble damages attributable to overcharges •that
were paid by the assignor but were not paid by the Stat as
pad of die offer price, Bless the expenses incurred in
obtaining that portion of the recovery.
Upon demand in writing by the assignor, the assignee shall,
within one year from such demand, reassign the cause of
action assigned under this part If the assignor has been or
may have been injured by the violation of law for which the
cause of action arose and
1) the assignee has not been injured thereby, or
€€) the assignee declines to file a court action for the cause
of action..
45. DRUG -FREE WORKPLACE CERTIFICATION: The Contractor
certifies under penalty of perjury under the laws of the State of
California that the Contractor will comply with the requirements of
the Drug -Free Workplace Act of 1g90 (government Code Section
8360 et seq) and will provide a drug -free workplace by taking the
foliowing actions:
a) Pubiish a statement notifying ernployee�s that unlawful
manufacture, distribution, dlspensabon, possession, or use
of a conlrolled substance Is prohibited and spectfyIng actions
to be taken against employees for violations, as required by
Government Code Section' 8355(a).
b) Establish a Drug -Free Awareness Program as required by
Government Code Section 8355(b) to inform employees
about all of the following:
1) the daingers of drug abuse In the workplace"
If) the person'.-; or orgalr lzatioh's policy of maintaining a
drug -free workplace;
III) any available counseling, rehabilitation and employee
assistance programs; and,
iv) penalties,• that may be imposed upon employees for
drug abuse violations.
c) Provide, as required by Government Code Section 8355(c),
that every employee who works on the proposed or resulting
Contract:
1) will receive a copy of the company's drug -free policy
statement; and,
li) will agree to abide by the terms of the company's
statement as a condition of employment on the
Contract.
46. FOUR -DIGIT DATE COMPLIANCE: Contractor warrants that it
will provide only Four -Digit Date Compliant (as defined below)
Deliverables and/or services to the State. "Four Digit Date
Compliant" Deliverables and services ran accurately process,
calculate, compare, and sequrrnce date data, Including without
itmilation date data arising out of or relating to leap, years arrod
changes but centuries. This warranty and representation Is subject
to the warranty terms nd conditions of this Contract .and does nrot
ilnrll the generallly o warranly ob€iga'Rons set forth elsewhere
herein.
47, SWEATFREE CODE OF CONDUCT:
a) Contractor declares under penalty of perjury that no apparel,
garments or corresponding accessories, equipment,
materials, or supplies furnished to the State pursuant to the
Contract have been produced in whole or in part by
sweatshop labor, forced labor, convict labor, indentured
labor under penal sanction, abusive forms of child labor or
exploitation of children In sweatshop labor, or with the benefit
of sweatshop labor, forced labor, convict labor, indentured
labor under penal sanction, abusive forms of child labor or
exploitation of children in sweatshop labor. Contractor
further declares under penalty of perjury that they adhere to
the Sweatfree Code of Conduct as set forth on the California
Department of Industrial Relations website located at
wwwAir.ca.aov, and Public Contract Code Section 8108.
Contractor agrees to cooperate fully In providing reasonable
access to Its records, documents, agents or employees, or
premises if reasonably required by authorized officials of the
State, the Department of Industrial Relations, or the
Department of Justice to determine Contractor's compliance
with the requirements under paragraph (a).
48. RECYCLING: The Contractor shall certify in writing under penalty
of perjury, the minimum, if not exact, percentage of post
consumer material as defined In the Public Contract Code Section
12200, In products, materials, Goods, or supplies offered or sold
to the State regardless of whether the product meets the
requirements of Section 12209. With respect to printer or
duplication cartridges that comply with the requirements of
Section 12166(a) the ceertiftcitioo requlre(V by this subdivision
shall specify that the cartridges so Comply (PCC 112205).
49. CHILD SUPPORT COMPLIANCE ACT: For any Contract in
excess of $100,000, the Contractor acknowledges in accordance
with PCC.Secfion 7110, that:
a) The Contractor recognizes the Importance or child and family
support obligations and shall fully comply with all applicable
state .and federal laws relating to child -and family support
enforcement, including, but not limited to, disclosure of
Information and compliance with earnings assignment
orders, as provided in Chapter 8 (commencing with Section
5200) of Part 5. of Divis€on 9 of the Family Code; and
b) The Contractor, to the best of its knowledge Is fully
complying with the earnings assignment orders of all
employees and Is providing the names of all new employees
to the New Hire Registry maintained by the California
Employment Development Department.
50. AMERICANS WITH DISABILITIES ACT: Contractor assures the
State that Contractor complies with the Americans with
Disabilities Act of 1990 (42 U.S.C. 12101 et seq),
51. ELECTRONIC WASTE RECYCLING ACT OF 2003: The
Contractor certifies that it complies with the requirements of the
Electronic Waste Recycling Act of 2003, Chapter 8.5, Part 3 of
Division 30, commencing with Section 42460 of the Public
Resources Code, relating to hazardous and solid waste.
Contractor shall malhtaln documentation and provide reasonable
access to Its records and documents that evidence compliance.
52. USE TAX COLLECTION: In accordance with PCC Section
10295,1, Contractor certifies ihM It complies with the
requirements of Sectlon 7101 of theevenue and Taxation Code.
Contractor further certifies that It will Immediately advise State of
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.
August 2010 Page 7 of 10
GSPD-401 Non -IT Commodities-CMAS
CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS)
GENERAL PROVISIONS - NON -IT COMMODITIES
53, EXPATRIATE CORPORATIONS: Contractor hereby declares
hundred percent (100%) of the Contract price. Forms shall
that it is not ail expatriate 'corporation or subsidiary of an
be provided to the Contractor. .
exfyaidate corporation within the meaning of POC Section 10288
b) In accordance with the provisions of Section 1773 of the
and 10286,1, and is eligible to Contract with the State,
California Labor Code, the Contractor shall, conform and
stipulates to the general prevafttrrg rate of wages, Including
54, DOMESTIC, PARTNERS: ForrContr cts over $100,000 executed
employer bonef7ts as defined In Section 1773,1 of the
or amended after January 1, 2007; the Contractor certifies that the
California Labor Code, applicable to the classes of labor to
Contractor is in compliance with Public Contract Code section
be used for public works such as at the delivery site for the
10295 3
assembly and installation of the equipment or materials
under the purchase order. Pursuant to Section 1770 of the
55. SMALL BUSINESS PARTICIPATION AND DVBE
California Labor Code, the Department of Industrial
PARTICIPATION REPORTING REQUIREMENTS:
Relations has ascertained the general prevailing rate of
a) If for this CorAract Contractor made a commitment to achieve
wages in the county in which the work is to be done, to be as
small business participation, then Contractor must within 60
listed In the Department of Transportation booklet entitled
days of receiving final payment under this Contract (or within
General Prevailing Wage Rates. The booklet is compiled
such other time period as may be specified elsewhere in this
monthly and copies of the same are available from the
Contract) report to the awarding department the actual!
Department of Industrial Relations, Prevailing Wage Unit at
percentage of small business participation that was I
www.dIr,0,gov (select Statistics & Research) or (415) 703-
achieved. �Govt. Code § 14841.)
ichieve
4774. The booklet is required to be posted at the job site.
b) If for this Contract Contractor made a commitment to
c) The Contractor hereby certifies by signing this Contract that:
disabled veteran business enterprise (DVBE) participation,
i) Contractor has met or will comply with the standards of
then Contractor must within 60 days of receiving final
affirmative, compliance with the Non-4iscrlmtnation
payment under this Contract (or within such other time
Clause Requirements included herein.
period as may be specified elsewhere In this Contract) certify
11) Contractor is aware of the provisions of Section 3700 of
in a report to the awarding department: (1) the total amount
the Labor Code that require every employer to be
the prime Contractor received under the Contract;
insured against liability for workmen's compensation or
(2) the name'and address of the DVBE(s) that participated in
to undertake self-insurance in accordance with the
the performance of the Contract; (3) the amount each DVBE
provisions of that Code, and Contractor will comply with
received from the prime Contractor; (4) that all payments
such provisions before commencing the performance of
under the Contract have been made to the DVBE; and
(he work of the purchase order.
(5) the actual percentage of DVBE participation that was
d) Laws to be Observed
achieved. A person or entity that knowingly provides false
Information shall be subject to a civil penalty for each
1) Labor
Pursuant to Section 1775 of the California Labor Code
violation, ' (Mil. & Vets! Code § 999,5(d); Govt. Code
the Contractor shall!„ as a penalty to the State or Political
§ 14841.)
subdivision on whose behalf the purchase order is made
or awarded, forfeit not more then fifty ($50,00) for each
56, LOSS LEADER: It Is unlawful for any person engaged in
calendar day, or portions thereof, for each worker paid by
business within this state to sell or use any article or product as a
Ihim or subContractor under him, less than the prevailing
"loss leader" as defined In Sectiorl 17030 of the -Business and
wage so stipulated; and in ,addition, the Contractor
Professions Code. (PCC 10302(b).),
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
ADDITIONAL'GMAS TERMS CONDITIONS
rate for the same. This provision shall not apply to
properly indentured apprentices.
57, CMAS -- CONTRACTOR'S LICENSE REQUIREMENTS:
Contracts that Include installation or tfoe wording "Furnish and
Pursuant to Sections 1810-1815 of the California Labor
Install' require al the tt;`ne' of Contract award that Contractors
Code, inclusive, it Is further agreed that the maximum
possess a valid California Stake Contractors t tcans,e. If sub-
hours a worker Is to be employed is limited to eight fiours
Contractors are used, they must also possess a valld Califomlal
a day and forty hours a week and the Contractor shall
State Contractor's License, All businesses which constnrot or
bul,tding, highway„ road, facility, r llroad,
forfeit, as a penalty to the State, twenty-five ($25) for
each worker employed in the execution of the purchase
aitec any . parking
excavation or other structure In California must be ilea sed by
order for each calendar., day during which a workman is
the Califomta State Llcense, Board (GSLB) it the total cost (labor
required or permitted, to labor more than eight hours in
and materials) of the project is $600.00 or more. Failure Io be
any, calendar day or more than, forty hours in any
ilcansed or to keep the license awrent and In good standing shall
calendar week, in violation of California Labor Code
be grounds for Contract revocation.
Sections 1810-1815, Inclusive.
il) Workar's Comoensalon
58, CMAS -- PUBLIC WORKS REQUIREMENTS
The Contractor will be required to secure the payment of
(LABORIINSTALLATION):
compensation to its employees In accordance with the
a) Prior to the commencement of performance, the Contractor
provisions of Labor Code Section 3700.
must obtain and provide to the State, a payment bond, on
ill) Travel and Subsistence Pa ment
Standard Form 807, when the Contract Involves a public
Travel and subsistence payments. shall be paid to each
works expenditure (labortinstallation costs) In excess of
worker needed to execute the work, as such travel and
$5,000. Such bond shall be in a sum not less than one
subsistence payments are defined in the applicable
August 2010 Page 8 of 10
I
GSPD-401 Non -IT Commodities-CMAS
CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS)
GENERAL PRO" IS�IGW - N� N-IT COMMODITIES
collective bargaining agreements flied in accordance with
Labor Code Section 1773.8.
iv) Apprentices
Special attention is directed to Sections 1777.5, 1777.6,
and 1777.7 of the California Labor Code and Title 8,
California Administrative Code Section 200 et seq. Each
Contractor and/or subConlractor most, prior to
commencement of the public works Contract/purchase
order, contact the Division of Apprenticeship Standards,
525 Golden Gate Avenue, San Francisco, CA, or one of
Its branch offices to Insure compliance and complete
understanding of the law regarding apprentices and
spedfi'catliy the require i'attd Ihererander. Responsibility
for compliance with Is sexton lies with the prime
Contractor.
r) Payroll .
The Contractor shall keep an accurate payroll record
!showing the name, social isecurity account, and work
classification specific and straight time and overtime
hours worked by each, employee. A certified copy of the
employee's r payroll record shall be available for
inspection as specified in section 1776 of the California
Labor Code,
58. CMAS -- TERMINATION OF CMAS CONTRACT:
a) The State may terminate this CMAS Contract at any time
upon 30 days prior written notice.
b) If the Contractor's GSA Multiple Award Schedule is
terminated Within the term of the California Multiple Award
Schedule, Ihe'Callfornia schedule shall also be considered
terminated on the same date.
c) Upon termination or other' expiration of this Contract, each
party will assist the other party in orderly terminafion of the
Contract and the transfer of all assets, tangible and
intangible, as may facilitate the orderly, nondisrupted
business continuation of each party.
d) Prior to the expiration of this Contract, this Contract may be
terminated for the convenience of both parties by mutual
consent.
e) This provision shall not relieve the Contractor of the
obligation to perform under any purchase order or other
similar ordering document executed prior to the termination
becoming effective.
60. CMAS -- CONTRACT AMOUNT; There' is no guarantee of
minimum purchase of Contractor's products or services by the
State.
and fiscal delays which would occur if the Contract (order)
were executed after that determination was made.
b) This Contract (order) Is valid and enforceable, only if
sufficient funds are made available to the State by the United
States Government for the Ilsoal' year dwing which the order
was generated for the purposes of this program. in addition,
this Contract (order) is subject to any additionalrestrictions„
limitations, or conditions enacted by the Corrgrass or any
statute anacted by the Congress that may affect the
provisions, terms or funding of oils Contract (order) in any
manner.
c) It is mutually agreed that if the Congress does not
appropriate sufficient funds for the program, this Contract
(order) shall be amended to reflect any reduction in funds,
The department has the option to void the Contract (order)
under) the 30-day cancellation clause or to amend the
Contract to reflect any reduction of funds.
63, CMAS -- CONFLICT OF INTEREST:
a) Current State Employees (Public Contract Code Section
10410):
l) No officer or employee shall engage in any
employment, activity or enterprise from which the officer
or employee receives compensation or has a financial
Interest and which is sponsored or funded by any State
agency, unless the employment, activity or enterprise is
required as a condition of regular State employment.
11) No officer or employee shall Contract on his or her own
behalf as an independent Contractor with any State
agency to provide Goods or services.
b) Former State Employees (Public Contract Code Section
10411):
I) For the two-year period from the date he or she left
State employment, no former State officer or employee
may enter Into a Contract in which he or she engaged in
any of the negotiations, transactions, planning,
arrangements or any part of the decision -malting
process relevant to the Contract while employed in any
capacity by any State agency.
11) For the twelve-month period from the date he or she left
Stale employment, no former State offtr r or employee
may enter Into a. Contract with any State agency if he of
she was employed by that State agency In a, policy-
maldngi position in the sarne general subject area as Ole
proposed Contract within the twelve-rnonth period prior
to his or her leaving State service.
64. CMAS -- SUBCONTRACTING REQUIREMENTS:.
61. CMAS':- DEBARMENT CERTIFICATION (FEDERALLY Any subConractor that the CMAS supplier chooses to use in
FUNDED CONTRACTS), When 'Federal funds are being fulillling the requirements of oils Contractfpurciiase order, and
expended, the prospective recipient of Federal assistance funds which Is expected to recefve more than, ten (10) percent of vattae
is required to certify to the Buyor, that neither it nor Its principals of the Conbact"purdiase order, mast 81SO meet all Contractual,
are presently debarred„ suspendod, proposed for debarment, admllnistrative, and technical requirements of the
declared Ineligible, or voluntarily excluded from participation in Contrac(lixarohase order, as applicable,
this transaction by'any Federal department or agency.
62. CMAS -- PURCHASE ORDERS FUNDED IN WHOLE OR PART
BY THE FEDERAL GOVERNMENT: All Contracts (including
individual orders), except for State construction projects, which
are funded in whole or in part by the federal governmenrt may be
canceled with 30 days notice, and are subject to the fratlow ng;
a) It Is mutually understood between the parties that �hls
Contract (order) may have, been written before ascertaining
the availability of congressional appropriation of funds, for
the mutual benefit of both parties, in order to avoid program
65. CMAS -- RENTAL AGREEMENTS:
The State does not agree to:
• Indemnity a 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.
August 2010
Page 9 of 10
GSPD-401 Non -IT Commodltie's-CMAS
CALIFORNIA MULTIPLE AWARD SCHEDULES (CMAS)
GENERAL PROVISIONS - NON -IT COMMODITIES
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 ithe! equipment, the Contractor must
keep the equipment in goad 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 $Mart TM): if an agency desires to lease
through Lease'$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.
I
68, CMAS -- LIQ'QIDATP-D DAMAG &
In the event that the Contractor fiefis to deliver in accordance with
the Contract requirements, the parties agree that the delay will
lnterfere. with the pr'dper fmplemenWlon of the State's programs,
to the loss end damage of the;Slate, 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
rnay be deducted by the S�atq from any money payable to the
Confractor, The Slate shall nfrldfy th 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, CAAAS -- PROGRESS PAYMENT I ERrORMANCE BONDS. In
accordance with PCC 1 0314: Any Contract for Goods to be
manufachireq by the Contractor specialty for the State and not
suitable for sale to'others to the ordinary course of the
Contractor's business may provide, on such terms and conditions
as One department deems necessary to protect the State's =
Interests, for progress payments for work performed and costs
Incurred al. the Contractor's shop or pdsnt„ 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 a faithful
parformance bond acceptable to the department„ In a sum d�ot
less than one-half of the total amount payable under the Go ;act
securing time falthfull performanceofthe Contract by, the
Contractor„
August 2010 Page 10 of 10
10