Loading...
HomeMy WebLinkAboutChart International Contract - Emergency Repair - Compressed Natural Gas - 08-15-24Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 CONTRACT CITY OF FRESNO, CALIFORNIA PUBLIC WORK OF IMPROVEMENT THIS CONTRACT (Contract) is made and entered into by and between CITY OF FRESNO, a California municipal corporation (City), and Chart International, Incorporated (Contractor) as follows: 1. Contract Documents. The "Specifications" including "General Conditions," "Special Conditions," "Federal Conditions," "Community Workforce Agreement," "Scope of Work," "Project Budget," and the Standard Specifications", as modified, for design services for the following: emergency repair and expedient delive of engineering and construction services to reconstruct the Compressed Natural Gas CNG fueling station as permitted under the urgent necessitV resolution adopted by Council on August 15 2024, copies of which are annexed hereto, together with all the drawings, plans, and documents specifically referred to in said annexed documents, including Performance and Payment Bonds, if required, and are hereby incorporated into and made a part of this Contract, and shall be known as the Contract Documents. 2. Price and Work. For the monetary consideration not to exceed three million, nine hundred thirteen thousand. seventv-seven dollars and zero cents 3 913 077 as set forth in the contract, Contractor promises and agrees to perform or cause to be performed, in a good and workmanlike manner, under the direction and to the satisfaction of the City's "Engineer," and in strict accordance with the Specifications, all of the work as set forth in the Contract Documents. 3. Payment. City accepts Contractor's Proposal as stated and agrees to pay the consideration stated, at the times, in the amounts, and under the conditions specified in the Contract Documents. The Contractor agrees to accept electronic payment from City. 4. Indemnification. To the fullest extent allowed by law, and in addition to the express duty to indemnify, CONTRACTOR, whenever there is any causal connection between the CONTRACTOR's performance or non-performance of the work or services required under this Contract and any claim or loss, injury or damage of any type, CONTRACTOR expressly agrees to undertake a duty to defend CITY and any of its officers, officials, employees, agents, or volunteers, as a separate duty, independent of and broader that the duty to indemnify. The duty to defend as herein agreed to by CONTRACTOR expressly includes all costs of litigation, attorney(s) fees, settlement costs and expenses in connection with claims or litigation, whether or not the claims are valid, false or groundless, as long as the claims could be in any manner be causally connected to CONTRACTOR as reasonably determined by CITY. Upon the tender by CITY to CONTRACTOR, CONTRACTOR shall be bound and obligated to assume the defense of CITY and any of its officers, officials, employees, agents, or volunteers, including the a duty to settle and otherwise pursue settlement Page 1 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 negotiations, and shall pay, liquidate, discharge and satisfy any and all settlements, judgments, awards, or expenses resulting from or arising out of the claims without reimbursement from CITY or any of its officers, officials, employees, agents, or volunteers. It is further understood and agreed by CONTRACTOR that if CITY tenders a defense of a claim on behalf of CITY or any of its officers, officials, employees, agents, or volunteers and CONTRACTOR fails, refuses or neglects to assume the defense thereof, CITY and its officers, officials, employees, agents, or volunteers may agree to compromise and settle or defend any such claim or action and CONTRACTOR shall be bound and obligated to reimburse CITY and its officers, officials, employees, agents, or volunteers for the amounts expended by each in defending or settling such claim, or in the amount required to pay any judgment rendered therein. The defense and indemnity obligations set forth above shall be direct obligations and shall be separate from and shall not be limited in any manner by any insurance procured in accordance with the insurance requirements set forth in this Contract. In addition, such obligations remain in force regardless of whether CITY provided approval for, or did not review or object to, any insurance CONTRACTOR may have procured in a accordance with the insurance requirements set forth in this Contract. The defense and indemnity obligations shall arise at such time that any claim is made, or loss, injury or damage of any type has been incurred by CITY, and the entry of judgment, arbitration, or litigation of any claim shall not be a condition precedent to these obligations. The defense and indemnity obligations set forth in this section shall survive termination or expiration of this Contract. If CONTRACTOR should subcontract all or any portion of the work to be performed under this Contract, CONTRACTOR shall require each subcontractor to Indemnify, hold harmless and defend CITY and each of its officers, officials, employees, agents and volunteers in accordance with the terms as set forth above. 5. Trench Shoring Detailed Plan. Contractor acknowledges the provisions of Section 6705 of the California Labor Code and, if said provisions are applicable to this Contract, agrees to comply therewith. 6. Worker's Compensation Certification. In compliance with the provisions of Section 1861 of the California Labor Code, Contractor hereby certifies as follows: "I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this Contract and will make my subcontractors aware of this provision.' Page 2 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS 7. Contractor's duties and services under this Contract shall not include preparing or assisting the City with any portion of the City's preparation of a request for proposals, request for qualifications, or any other solicitation regarding a subsequent or additional contract with the City. The City entering this Agreement shall at all times retain responsibility for public contracting, including with respect to any subsequent phase of this Project. Contractor's participation in the planning, discussions, or drawing of project plans or specifications shall be limited to conceptual, preliminary, or initial plans or specifications. Contractor shall cooperate with the City to ensure that all bidders for a subsequent contract on any subsequent phase of this Project have access to the same information, including all conceptual, preliminary, or initial plans or specifications prepared by Contractor pursuant to this Agreement. 8. The City Manager, or designee, is hereby authorized and directed to execute and implement this Agreement. The previous sentence is not intended to delegate any authority to the City Manager to administer the Agreement, any delegation of authority must be expressly included in the Agreement. [Signatures follow on the next page.] Page 3 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 IN WITNESS WHEREOF, the parties have executed this Contract on the day and year here below written, of which the date of execution by the City shall be subsequent to that of Contractor's, and this Contract shall be binding and effective upon execution by both parties. CITY OF FRESNO A California municipal corporation by: Y� Stned B fay�t,t11/18/2024 Greg$'ry' ."9arfield, M.A. Date Transportation Director APPROVED AS TO FORM: ANDREW JANZ City Attorney ,­7i^:neo by: By: CL1 t'jAA' 'P_ C_L,rt,4,i0a/18/2024 ChrQffin6'TMaritar Date Deputy City Attorney ATTEST TODD STERMER, CMC City Clerk ,,--Signr rf by: II 'r" lla e� 11/18/2024 D By: �--yFtg�STlhy ` eputy Date Tina M. Your Addresses: CITY: City of Fresno Attention: Linda Taylor Administrative Manager 2223 G Street Fresno CA, 93706 Telephone: 559-621-1456 Email: linda.taylor@fresno.gov Attachments follow on the next page CHART INTERNATIONAL, Incorporated DocuSigned by: By: Rt,v Ut Nfd&iss Name: Herbert Hotchkiss (If corporation or LLC., Board Chair, Pres. or Vice Pres.) Title: VP, General counsel & secretary DocuSigned by: By: ,(, VV 6v' SMi&' Name: clintonsSmith Title: General Manafer Field service (If corporation or LLC., CFO Treasurer, Secretary or Assistant Secretary CONTRACTOR: Chart International Incorporated Attention: Ryan Langer Technical & Field Service Manager 407 7th Street NW New Prague, MN 56071-1000 Telephone: 952-243-8568 Email: ryan.langer@chartindustries.com Page 4 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Attachments: 1. General Conditions 2. Special Conditions 3. Federal Conditions 4. Community Workforce Agreement 5. Insurance Requirements 6. Prevailing Wage Rates 7. Scope of Work 8. Project Budget 9. Standard Specifications 10. Certifications • Disadvantaged Business Enterprises (DBE) Listing ■ Debarment & Suspension Certification Non -Lobbying Certification Federal Tax Liability & Recent Felony Convictions Certification • Buy America Certification • Build America Buy America Certification • Authorization Agreement for Direct Payment Disclosure of Conflict of Interests • Non -Collusion Affidavit Equal Employment Opportunity Certification + Payment Bond • Performance Bond • PLA Agreement to be Bound 11. Federal Prevailing Wage Rates Page 5 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions GENERAL CONDITIONS Page 6 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 1 — General Conditions GENERAL CONDITIONS DEFINITIONS (NONFEDERAL) Wherever used in the Specifications, including the Instructions to Bidders and the Bid Proposal, or any of the Contract documents, the following words shall have the meaning herein given, unless the context requires a different meaning. 1. "Bidder," "Proposer," shall mean and refer to each person or other entity submitting a bid proposal, whether or not such person or entity shall become a Seller by virtue of award of a Contract by the Buyer. 2. California Building Code (CBC), Latest Edition; California Plumbing Code (CPC), Latest Edition; California Mechanical Code (CMC), Latest Edition; National Electrical Code (NEC), Latest Edition; California Fire Code (CFC), Latest Edition; California Health and Safety Code (as applicable). For purposes of this definition, "Latest Edition" shall mean the edition, and to the extent, adopted by the City through the City of Fresno Municipal Code. 3. "City," "Buyer," "Owner," "Vendee," "City of Fresno" shall each mean and refer to the City of Fresno, California. 4. "City Standard Specifications" - City of Fresno, Standard Specifications, Department of Public Works, dated September, 2010 and as amended from time - to -time. 5. "Construction Manager" shall mean and refer to the Owner's authorized representative at the Job Site, in responsible charge of administering the Contract. The Construction Manager shall be the single point of contact for all correspondence, submittals, progress payment requests, and contacts to and from the Contractor. 6. "Contract," "Contract Documents" shall mean and refer to these Specifications, including the Instructions to Bidders, the Bid Proposal, and any addenda thereto, the Agreement and all other standard Specifications, Buyer's Specifications and other papers and documents incorporated by reference into or otherwise referred to in any of the foregoing documents, whether or not attached thereto. 7. "Contractor," "Seller," "Vendor," "Supplier" shall each mean and refer to each person or other entity awarded a Contract hereunder and named or to be named in the Agreement with the Buyer to furnish the goods or services, or both, to be furnished under the Contract. 8. "Council," "City Council" shall each mean and refer to the Council of the Buyer. Page 7 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions 9. "Engineer," "City Engineer," shall mean and refer to the City Engineer and any duly authorized representative. 10. "Goods," "Merchandise" shall each mean and refer to the equipment, material, article, supply, or thing to be furnished by the Seller under the Contract. 11. "Purchasing Manager" shall mean and refer to the Purchasing Manager of the Buyer. 12. "Specifications" shall mean and refer to all of the Contract Documents. 13. "State Standard Specifications" - State of California, Department of Transportation, Standard Specifications, Latest Edition. 14. "Working day" shall mean and refer to City regular business day. GENERAL GUARANTY Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy of the premises by the City shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the work and pay for any damage to other work resulting therefrom, which shall appear within a period of 1 year from the date of final acceptance of work unless a longer period is specified. The Project Manager will give notice of observed defects with reasonable promptness. PRECEDENCE OF CONTRACT DOCUMENTS The order of precedence of documents shall be: (1) Rules and Regulations of Federal Agencies relating to the source of funds for this project; (2) Permits from other agencies as may be required by law;(3) Supplemental Agreements, Change Orders, or Contract the one dated later having precedence over another dated earlier; (4) Special Conditions; (5) General Conditions; (6) Technical Specifications; (7) Plans;(8) Standard Specifications; (9) Standard Plans. Detailed Plans shall have precedence over general Plans. Whenever any conflict appears in any portion of the Contract, it shall be resolved by application of the order of precedence. CONTRACT DOCUMENTS The Contractor shall submit the required contract documents in a form acceptable to the Page 8 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions Department of Transportation (Fresno Area Express, 2223 G Street, Fresno, California 93706) within 15 calendar days (except in the event federal funding is applicable to this Contract, then 10 working days) from the Notice of Award of Bids. Failure to provide said documents within the designated period shall be sufficient cause to forfeit the Contractor's Bid Deposit and initiate a departmental recommendation to the Council to award project to the next lowest responsive and responsible Bidder. NOTE: Contract Documents consist of the following: Contract, Labor and Materials and Faithful Performance Bonds, Insurance Certificates, Workers' Compensation Insurance Certificate, Fair Employment Form, and any other information which may be required by these Specifications. PRE -CONSTRUCTION MEETING AND SCHEDULE OF WORK Prior to the start of construction, City staff will call a meeting with all affected City Departments, governmental agencies, or utility companies to coordinate the construction with the Contractor so that no delays will be encountered due to conflicts of operations. The Contractor will be called upon to indicate, at this meeting, the proposed operations to accomplish the work. The Contractor's attention is called to Section 6-1, City Standard Specifications, and the following requirements: • The Contractor shall submit a written tentative schedule of work to the Project Manager at the pre -construction meeting. • The final schedule of work shall be submitted no later than 5 working days after the preconstruction meeting. ■ If the Project does not require a Stormwater Pollution Prevention Plan (SWPPP), per the Special Conditions, the awarded Contractor shall begin job site activities 15 calendar days after receiving notice that the contract has been executed by the City. ID Modifications to the start of job site activities shall be approved in writing by the Project Manager. If the Contractor delays the submittal of the final work schedule, the City may deduct the number of calendar days beyond the 5 working days allowed for submittal from the number of working days allowed for completion of the project. Contractor's proposed schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, procurement of materials, and scheduling of equipment. The construction Page 9 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions schedule shall reflect completion of all work under the Contract within the specified time and in accordance with these Specifications. Once submitted to the Project Manager for review and approval, the Project Manager shall either approve or reject said Project Schedule. If rejected, it shall be revised to incorporate the necessary changes, deletions or additions and resubmitted to the Project Manager. If the Project Schedule is approved by the Project Manager, the Project Schedule shall become the baseline schedule for the Project. The Project Schedule is subject to change during construction and will be continually updated and adjusted throughout the Project by Contractor on at least a monthly basis. The City will use the Project Schedule for planning, executing and monitoring Project progress. The Contractor will prepare a monthly schedule update. The Contractor, at each weekly Project meeting shall provide City with two week look - ahead schedules identifying its planned prosecution of the Work. Contractor will exchange scheduling information with subcontractors and suppliers. Contractor will order work, equipment, and materials with sufficient lead-time to avoid interruption of the Work. The City may issue a Notice to Proceed and start contract time upon the required start of job site activities, as specified herein, unless otherwise approved in writing by the Project Manager. It is the Contractors responsibility to ensure that all necessary pre -construction coordination is completed, submittals are approved, and permits issued in order for the work to commence. OVERTIME INSPECTION FEES The Contractor shall promptly pay the City for all overtime inspection in accordance with existing resolutions or fee schedule of the City unless the charges for such inspection have been specifically waived elsewhere within this Contract. Overtime inspection charges will be made for all inspections on Saturdays, Sundays, and City Holidays, and hours worked by the inspector other than those of the normal City working days. If charges are not paid within 15 days of invoice, City may elect in its sole discretion to withhold unpaid charges from any progress payments. SUBSTITUTION OF MATERIALS (After Award) See City of Fresno Standard Specifications, Section 4-1.5 entitled "Trade Names or Equals," which shall prevail. Where the Contractor has good and sufficient reason to suggest a substitution after bidding, he/she will within 14 days after the signing of the Contract, submit his or her request for substitution in writing and shall indicate all information required thereof Page 10 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions including reasons for substitution, difference in price or cost, difference in size, difference in color, etc., and it will be approved or disallowed within 30 days. No consideration shall be given to request for substitution not in accordance with the above conditions. The Project Manager will be the sole judge in matters concerning equality of proposed substitutions and the decision shall be final. The burden of proof as to the quality of any proposed substitutions shall be upon the Contractor. Supplier must submit a letter to guarantee the replacement of any material that appears defective on the job for a period of 1 year after acceptance of the project. ASSIGNMENT OF PAYMENT Contractor hereby agrees he/she will not assign the payment of any monies due it (him/her) from the City under the terms of this Contract to any other individual(s), corporation(s), or entity(s). The City retains the right to pay any and all monies due Contractor directly to Contractor. PATENTS For the purchase of equipment and material, the Vendor shall hold the City of Fresno, its officers and employees, harmless from any and all liability for damages arising out of the use of any patented material, equipment, device or process incorporated into or made a part of or required by the manufacturer's Specifications to be used on or in connection with the material, equipment or supplies purchased by the Buyer pursuant to these Specifications, and Vendor agrees, by submission of a proposal hereunder, to defend the Buyer, at Vendor's sole expense, in any action or suit for damages or injunctive relief on account of any allegedly unauthorized use of or infringement of patent rights on any patented material, equipment, device or process, if the Buyer is named as a defendant in any such action or suit. CODES AND ORDINANCES Nothing in these Specifications is to be construed to permit work not conforming to applicable codes MAINTENANCE OF RECORDS Contractor and its subcontractors are required to maintain books, records, and other documents pertinent to the work of this Contract in accordance with Generally Accepted Accounting Principles. All such books, records, and other documents pertaining to the Contract shall be available to City or its authorized representatives upon request during regular business hours throughout the life of the Contract and for a period of 5 years after final payment or, if longer, for any period required by law or any State or Federal funding agreement applicable to this Contract. In addition, all books, documents, papers and Page 11 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions records of Contractor and its subcontractors pertaining to the Contract shall be available for the purpose of making audits, examinations, excerpts, and transcriptions for the same period of time by City or its authorized representatives, (and, in the event State or Federal funding is applicable to this Contract, then the respective State of California, State of California Department of Transportation (Caltrans), the State of California State Auditor, the United States, the Federal Transit Administration (FTA), or any authorized representatives of the aforementioned), and shall allow interviews during normal business hours of any employees who might reasonably have information related to such records. If any litigation, claim, negotiations, audit, or other action is commenced before the expiration of said time period, all records must be retained until such action is resolved, or until the end of said time period whichever shall later occur. Failure or refusal by Contractor or its subcontractors to comply with this provision shall be considered a substantial failure to comply with this Contract, and City may declare Contractor in default as set forth in these Specifications, withhold payment to Contractor, or take any other action it deems necessary to protect its interests. This provision shall survive expiration or termination of this Contract. Contractor and its subcontractors shall establish and maintain an accounting system and records that properly accumulate and segregate incurred Project costs by line item for the Project. The accounting system shall enable the determination of incurred costs at interim points of completion and provide support for reimbursement payment vouchers or invoices sent to or paid by the City. Contractor and its subcontractors shall make the Contract and any State or Federal funding agreement materials applicable to this Contract available at their respective offices at all reasonable times during the entire Project period and 5 years from the date of final payment to Contractor. This provision shall survive expiration or termination of this Contract. NONFEDERAL LABOR STANDARD PROVISIONS GENERAL PROVISIONS: The following Nonfederal Labor Standards Provisions, including the following provisions concerning: maximum hours of work, minimum rates of pay, and overtime compensation, with respect to the categories and classifications of employees hereinafter mentioned are included in the Contract pursuant to the requirements of applicable State or local laws, but the inclusion of such provisions shall not be construed to relieve the Contractor or any subcontractor from the pertinent requirements of any corresponding Federal Labor -Standard Provisions of this Contract. In cases the minimum rates of pay set forth below shall be higher than the minimum rates of pay required by or set forth in the Federal Labor -Standards Provisions of this Contract for corresponding classifications, the minimum rates of pay set forth below shall be deemed, for the purpose of this Contract, to be the applicable minimum rates of pay for such classifications. The limitations, if any, in these Nonfederal Labor Standards Provisions upon the hours per day, per week or month which employees engaged on the Page 12 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 1 — General Conditions work covered by this Contract may be required or permitted to work thereon shall not be exceeded. SCHEDULE OF WAGES AND SALARIES: In accordance with the provisions of sections 1770 to 1781, inclusive of the Labor Code of the State of California and/or section (1)(b) of the United States Labor Code, the Director of Industrial Relations and/or the United States Secretary of Labor shall ascertain the general prevailing rate of wages applicable to the work to be done under this Contract to be included in these Specifications by reference. (For any questions regarding wage rates or specific wage rate determinations, contact the Contract Compliance Officer at City of Fresno Capital Projects Department, Capital Projects Administration Division, 747 R Street, 2nd Floor, Fresno, California 93721, (559) 621-5600.) LABOR CODE SECTION 1775: PENALTIES FOR UNDER -PAYMENT OF WAGES: The Contractor and each subcontractor shall comply with California Labor Code section 1775 and pay not less than the wages established by the Director of the Department of Industrial Relations and/or the Federal government. In accordance with such section 1775, Contractor or such subcontractor shall, as a penalty to the City, forfeit up to $200.00, as determined by the Labor Commissioner, for each calendar day or portion thereof for each worker under this Contract paid less than the established wage rates. These penalties shall be withheld from progress payments then due. The Contractor shall contain in each subcontract the requirements hereunder. PENALTIES FOR VIOLATION OF EIGHT HOUR DAY: Eight hours labor constitutes a regular day's work under this Contract. Contractor or any subcontractor under him/her shall forfeit as a penalty to the City $25.00 for each worker employed in the execution of this Contract by contractor or such subcontractor for each calendar day during which any such worker is required or permitted to labor more than eight hours in any one calendar day and 40 hours in any one calendar week in violation of sections 1810 to 1815, inclusive, of the California Labor Code. Notwithstanding the provisions of Sections 1810 to 1814, inclusive, of the California Labor Code, and notwithstanding the foregoing, work performed by employees of contractors and subcontractors in excess of 8 hours per day, and 40 hours during any one week, shall be permitted upon public work upon compensation for all hours in excess of 8 hours per day at not less than one and one-half (1.5) times the basic rate of pay. LABOR CODE SECTION 1777.5, EMPLOYMENT OF APPRENTICES: If this Contract involves $30,000 or more, the Contractor and each subcontractor shall comply with California Labor Code section 1777.5, as it may be amended from time to time, the entire provisions of which are incorporated by this reference as if fully set forth herein, and Article 10, Subchapter 1, Chapter 2, Title 8 of the California Code of Regulations for all apprenticeable occupations applicable to the work as defined in such laws and regulations. Contractor shall be responsible for the compliance with such Labor Code section for all apprenticeable occupations and shall contain in each subcontract the requirements hereunder. In accordance with section 1777.5 of the California Labor Code Page 13 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 1 — General Conditions and the rules and regulations of the California Apprenticeship Council, properly indentured apprentices shall be employed in the execution of this Contract in at least the ratio of not less than 1 hour of apprentice work for every 5 hours of journeyman work (unless the respective contractor or subcontractor has been exempted from such ratio) and paid the prevailing rate of per diem wages for apprentices in the trade to which he/she is registered. The employment and training of each apprentice shall be in accordance with either the apprenticeship standards and apprentice agreements under which he/she is training, or the rules and regulations of the California Apprenticeship Council. Prior to commencing work on the Contract, Contractor and each subcontractor shall submit contract award information to the City, if requested, and to an applicable apprenticeship program that can supply apprentices to the job site. The information shall include an estimate of journeyman hours to be performed under the Contract, the number of apprentices proposed to be employed, and the approximate dates the apprentices would be employed. Within 60 days after concluding work on the Contract, the Contractor and each subcontractor shall submit to the City, if requested, and to the apprenticeship program a verified statement of the journeyman and apprentice hours performed on the Contract. Contractor shall employ apprentices for the number of hours computed before the end of the Contract or, in the case of the subcontractor, before the end of the subcontract and endeavor, to the greatest extent possible, to employ apprentices during the same time period that the journeymen in the same craft or trade are employed at the job site. FRESNO MUNICIPAL CODE SECTION 4-113; LABOR CODE SECTION 1777.5, EMPLOYMENT OF APPRENTICES: If this Contract involves $500,000 or more, the Contractor shall contain in each subcontract the requirements hereunder and be responsible for providing all documentation required hereunder from subcontractor to the City. The Contractor and each subcontractor shall provide documentation to City demonstrating compliance with the requirements of California Labor Code section 1777.5 and Article 10, Subchapter 1, Chapter 2, Title 8 of the California Code of Regulations by providing City copies of each of the following: All contract award information (e.g., completed form DAS 140) sent by Contractor and by subcontractors to the State Division of Apprenticeship Standards and each applicable apprenticeship program in accordance with California Labor Code section 1777.5, as may be amended from time to time, including identification of addressee. All requests by Contractor and by subcontractors for approval, and all responses and certificates from any applicable apprenticeship program disapproving or approving Contractor or subcontractor(s), to train apprentices; if any. All requests by Contractor and by subcontractors for dispatch of apprentices from any applicable apprenticeship program (e.g., completed form DAS 142); and all responses thereto, if any. Page 14 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions FRESNO MUNICIPAL CODE SECTION 4-113; LABOR CODE SECTION 1777.5� EMPLOYMENT OF APPRENTICES: If this Contract involves $500,000 or more, the Contractor shall contain in each subcontract the requirements hereunder and be responsible for providing all documentation required hereunder from subcontractor to the City. The Contractor and each subcontractor shall provide documentation to City demonstrating compliance with the requirements of California Labor Code section 1777.5 and Article 10, Subchapter 1, Chapter 2, Title 8 of the California Code of Regulations by providing City copies of each of the following: a. All contract award information (e.g., completed form DAS 140) sent by Contractor and by subcontractors to the State Division of Apprenticeship Standards and each applicable apprenticeship program in accordance with California Labor Code section 1777.5, as may be amended from time to time, including identification of addressee. b. All requests by Contractor and by subcontractors for approval, and all responses and certificates from any applicable apprenticeship program disapproving or approving Contractor or subcontractor(s), to train apprentices; if any. c. All requests by Contractor and by subcontractors for dispatch of apprentices from any applicable apprenticeship program (e.g., completed form DAS 142); and all responses thereto, if any. d. All certifications, if any, of Contractor and of subcontractor(s) as an individual employer apprenticeship program by the State Division of Apprenticeship Standards or the California Apprenticeship Council. e. All apprenticeship agreements of apprentices employed by Contractor and by subcontractor(s) and performing work under the Contract. f. A verified statement by the Contractor and by the subcontractor within 60 days after concluding the work of the respective journeyperson and apprentice hours performed on the Contract or subcontract. g. All certificates of any exemption by the State Division of Apprenticeship Standards, California Apprenticeship Council or any apprenticeship program of Contractor or subcontractor from any requirements of California Labor Code section 1777.5, as may be amended from time to time. h. Other documentation as may be requested by City. LABOR CODE SECTION 6705: If this Contract involves an estimated expenditure in excess of $25,000.00 and excavation of any trench or trenches five feet or more in depth, then your attention is directed to California Labor Code section 6705 relating to a detailed Page 15 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches, the entire provisions of which are incorporated by this reference as if fully set forth hereinafter. Before execution of the Contract by the City, the Contractor shall submit to the City and the Engineer shall accept, if satisfactory to him/her, said detailed plan. If, in the Engineer's opinion, there is any noncompliance with said detailed plan, then the Contractor shall stop forthwith all trench work until, either in the Engineer's or the State Division of Industrial Safety's opinion, there is compliance. The City shall not be liable for costs incurred by the Contractor due to the work stoppage and the Contractor will not be given nor is entitled to an extension of time to complete the work within the time set forth in this Contract due to the work stoppage. WAGE AND PRICE CONTROL: Notwithstanding any provisions of the Contract to the contrary, the Contractor shall be bound by the orders issued and rules and regulations adopted pursuant to the Economic Stabilization Act of 1970 (Public Law 91-379, 84 Statutes 799), as amended, or any subsequent Act of Congress. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970: This Contract is subject to all terms and conditions of the OCCUPATIONAL SAFETY AND HEALTH ACT of 1970, the California Occupational Safety and Health Act and their present and future amendments. Contractor expressly assumes responsibility for compliance therewith and warrants that all materials, supplies, and equipment provided or installed pursuant to this Contract, whether provided by the Contractor, subcontractor, or a supplier, fully satisfy the requirements of said Acts. Contractor shall, upon insertion in each Contract with a subcontractor or supplier of a clause by which the subcontractor or supplier warrants such compliance, be relieved of responsibility by the subcontractor or supplier. LABOR CODE SECTION 1776; PAYROLLS AND BASIC RECORDS: The Contractor and each subcontractor shall comply with California Labor Code section 1776, the entire provisions of which are incorporated by this reference as if fully set forth herein, and Contractor shall contain in each subcontract the requirements hereunder. a. Accurate payroll records and basic records relating thereto shall be maintained by the Contractor and each subcontractor during the course of the work and preserved for a period as required by law for all journeymen, apprentices, workers, and other employees employed in connection with the work. Such records shall contain information as on the payroll record forms provided by the Division of Labor Standards of the Department of Industrial Relations, the name, address, social security number, work classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents), daily and weekly number of hours worked, deductions made and actual per diem wages paid. The Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in Page 16 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 1 — General Conditions writing to all employees affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. The Contractor shall submit weekly (7 days after each week ending pay period) for each week in which any Contract work is performed a certified copy of all payrolls to the Engineer. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph (a) of this clause. The Contractor is responsible for the submission of certified copies of payrolls by all subcontractors. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify under penalty of perjury under the laws of the State of California each of the following: i. That the payroll for the payroll period contains the information required to be maintained under paragraph (a) of this clause entitled "LABOR CODE SECTION 1776; PAYROLLS AND BASIC' and that such information is true, correct and complete; ii. That each employee employed on the Contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions; iii. That each employee has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the Contract; iv. Contractor has complied with the requirements of California Labor Code sections 1771, 1811, and 1815 for any work performed hereunder by his or her employees. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (b) (2) of this clause. The falsification of any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution. Page 17 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions c. The Contractor or subcontractor shall make certified copies of all the records required under paragraph (a) of this clause available for inspection at all reasonable hours at the principal office of the Contractor by, and furnished upon request to, the Engineer, the Division of Labor Standards Enforcement of the Department of Industrial Relations, the Division of Apprenticeship Standards of the Department of Industrial Relations, and each of their authorized representatives. A certified copy of the employee's record shall likewise be made available for inspection or furnished upon request by the employee or his or her authorized representative. The Contractor shall provide hereunder the street address, city, and county of the location of the payroll records maintained by Contractor and shall provide a notice of any change of location and address within 5 working days of such change. The Contractor and subcontractors shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records within 10 days after each week ending pay period, or to furnish or make them available for inspection within 10 days of request, (Contractor has 10 days to comply) after written notice, the Contractor shall forfeit $100.00 for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated, pursuant to California Labor Code section 1776. These penalties shall be withheld from progress payments then due. LABOR CODE SECTION 1771.1. CONSTRUCTION REGISTRATION WITH CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS: A Contractor or Subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered Contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the Contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The prime Contractor is required to post job site notices prescribed by California Code of Regulations. All Contractors and Subcontractors must furnish electronic certified payroll records directly to the Division of Labor Standards Enforcement. FAIR EMPLOYMENT PRACTICES AND NONDISCRIMINATION In connection with the performance of work under this Contract, the Contractor agrees as follows: a. The Contractor shall not unlawfully discriminate, harass, or allow harassment against any employee or applicant for employment because of race, religious Page 18 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions creed, color, national origin, ancestry, physical disability (including HIV and AIDS), mental disability, medical condition (cancer), marital status, political affiliation, sex, age (over 40), sexual orientation, and denial of family care leave or on any other basis prohibited by law. The Contractor shall ensure that the treatment of employees and evaluation of applicants for employment are free of such discrimination and harassment. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the State of California setting forth the provisions of this Fair Employment Practices section. b. Contractor and all subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code, Section 12900 et seq.), and the applicable regulations promulgated thereunder (California Code of Regulations, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990 (a-f), set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Agreement by reference and made a part hereof as if set forth in full. c. Contractor assures City that it shall comply with the requirements of the Americans with Disabilities Act (ADA) of 1990, (42 U.S.C. 12101 et seq.), which prohibits discrimination on the basis of disability, as well as all applicable regulations and guidelines issued pursuant to the ADA; the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d (1988) et seq.; Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 794 (1989) and the Age Discrimination Act of 1975, as amended, 42 U.S.C. 6102 (1994); together with all applicable regulations and guidelines adopted to implement same. Said group of laws and requirements are collectively referred to in this Contract as the "anti -discrimination laws". d. The Contractor will send to each labor union or representative of workers with which he/she has a collective bargaining agreement or other contract or understanding, a written notice advising the said labor union or workers' representative of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. e. The Contractor will permit access to his or her records of employment, employment advertisements, application forms, and other pertinent data and records by the City, State of California, the State Fair Employment and Housing Commission, or any other appropriate agency designated by the City or the State of California, for Page 19 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions the purposes of investigation to ascertain compliance with the Fair Employment Practices and Nondiscrimination section of this Contract. f. Contractor agrees to collect and maintain information to show compliance with the "anti- discrimination laws" including a list of discrimination complaints, reports of any compliance reviews conducted by other agencies descriptions of any pending discrimination -based lawsuits and data on the racial, ethnic, national origin, sex, and handicap characteristics of the population it serves. g. Contractor agrees to cooperate with City, and any other appropriate agency designated by the City, in all manner necessary to permit City and any such agency to adequately report to the United States Environmental Protection Agency on Contractor's compliance with the "anti- discrimination laws". h. A finding of willful violation of the Fair Employment Practices section of this Contract or of the California Fair Employment and Housing Act shall be regarded by the City as a basis for determining the Contractor to be not a responsible bidder as to future contracts for which such Contractor may submit bids, for revoking the Contractor's prequalification rating, if any, and for refusing to establish, reestablish, or renew a prequalification rating for the Contractor. The City will deem a finding of willful violation of the California Fair Employment and Housing Act to have occurred upon receipt of written notice from the Fair Employment and Housing Commission that it has investigated and determined that the Contractor has violated the California Fair Employment and Housing Act and has issued an order under California Government Code section 12973, section 12970, or obtained an injunction under California Government Code section 12973. Upon receipt of such written notice from the Fair Employment and Housing Commission, the City shall notify the Contractor that unless he/she demonstrated to the satisfaction of the City within a stated period that the violation has been corrected, that he/she will be reported to the City Council as not a responsible bidder on any future Contract. i. The Contractor agrees, that should the City determine that the Contractor has not complied with the Fair Employment Practices section of this Contract, then pursuant to Labor Code sections 1735 and 1775, the Contractor shall forfeit, as a penalty to the City, for each calendar day, or portion thereof, for each person who was denied employment as a result of such noncompliance, the penalties provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered from the Contractor. The City may deduct any such damages from any monies due the Contractor from the City. Furthermore, Contractor agrees that the Page 20 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions City shall have the right to terminate this Contract either in whole or in part, and any loss or damage sustained by City in securing the goods or services thereunder shall be borne and paid for by Contractor and by the surety under the performance bond, if any, and City may deduct from any moneys due or thereafter may become due to Contractor, the difference between the price named in the Contract and the actual cost thereof to City to cure Contractor's breach of the Contract. j. Nothing contained in this Fair Employment Practices section shall be construed in any manner or fashion so as to prevent the City from pursuing any other remedies that may be available at law. k. After award of the Contract, the Contractor shall certify to the City that he/she has or will meet the following standards for affirmative compliance, which shall be evaluated in each case by the City: i. The Contractor shall provide evidence, as required by the City, that he/she has notified all supervisors, foremen, and other personnel officers in writing of the content of the antidiscrimination clause and their responsibilities under it. ii. The Contractor shall provide evidence, as required by the City, that he/she has notified all sources of employee referrals (including unions, employment agencies, advertisement, Department of Employment) of the content of the antidiscrimination clause. iii. The Contractor shall file a Fair Employment Practices compliance report, as required by the City. Willfully false statements made in such reports shall be punishable as provided by law. The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. The compliance report shall be kept current throughout the Contract in that the Contractor shall report any changes in or additions to the answers therein, including changes in agreements with others. After the work or supplying materials is complete, and before final payment, the Contractor shall submit a final statement of compliance. iv. Personally, or through his or her representatives, the Contractor shall, through negotiations with the unions with whom he/she has agreements, attempt to develop an agreement which will: (1) The Contractor shall provide evidence, as required by the City, that he/she has notified all supervisors, foremen, and other personnel Page 21 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions officers in writing of the content of the antidiscrimination clause and their responsibilities under it. (2) The Contractor shall provide evidence, as required by the City, that he/she has notified all sources of employee referrals (including unions, employment agencies, advertisement, Department of Employment) of the content of the antidiscrimination clause. (3) The Contractor shall file a Fair Employment Practices compliance report, as required by the City. Willfully false statements made in such reports shall be punishable as provided by law. The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. The compliance report shall be kept current throughout the Contract in that the Contractor shall report any changes in or additions to the answers therein, including changes in agreements with others. After the work or supplying materials is complete, and before final payment, the Contractor shall submit a final statement of compliance. (4) Personally, or through his or her representatives, the Contractor shall, through negotiations with the unions with whom he/she has agreements, attempt to develop an agreement which will: A. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training. B. Otherwise implement an affirmative antidiscrimination program in terms of the unions; specific areas of skill and geography, to the end that qualified disadvantaged workers will be available and given an equal opportunity for employment. I. Contractor's signature on this Contract shall constitute a certification under the penalty of perjury under the laws of the State of California that Contractor has, unless exempted, complied with the nondiscrimination program requirements of Government Code, Section 12990, and Title 2, California Code of Regulations, Section 8103. m. The Contractor will include the provisions of the foregoing paragraphs 1 through 12 in every first -tier subcontract so that such provisions will be binding upon each such subcontractor. Page 22 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions GENERAL MISCELLANEOUS Independent Contractor. In the furnishing of the work provided for herein, the Contractor is acting as an independent contractor. Neither the Contractor, nor any of its officers, associates, agents, or employees shall be deemed an employee, joint venturer, partner, or agent of the City for any purpose. However, the City shall retain the right to verify that the Contractor is performing its respective obligations in accordance with the terms of the Contract. Because of its status as an independent contractor, Contractor and its officers, agents and employees shall have absolutely no right to employment rights and benefits available to City employees. Contractor shall be solely liable and responsible for all payroll and tax withholding and for providing to, or on behalf of, its employees all employee benefits including, without limitation, health, welfare, and retirement benefits. In addition, together with its other obligations under this Contract, Contractor shall be solely responsible, indemnify, defend and save City harmless from all matters relating to employment and tax withholding for and payment of Contractor's employees, including, without limitation, (i) compliance with Social Security and unemployment insurance withholding, payment of workers compensation benefits, and all other laws and regulations governing matters of employee withholding, taxes and payment; and (ii) any claim of right or interest in City employment benefits, entitlements, programs and/or funds offered employees of City whether arising by reason of any common law, de facto, leased, or co- employee rights or other theory. It is acknowledged that during the term of this Contract, Contractor may be providing services to others unrelated to City or to this Contract. Notices. Any notice required or intended to be given to either party under the terms of this Contract shall be in writing and shall be deemed to be duly given if delivered personally or sent by United States registered or certified mail, with postage prepaid, return receipt requested, addressed to the party to which notice is to be given at the party's address set forth on the signature page of the Bid Proposal in the case of the Contractor and at the address set forth on the signature page of the Contract in the case of the City, or at such other address as the parties may from time to time designate by written notice. Notices served by United States mail in the manner above described shall be deemed sufficiently served or given at the time of the mailing thereof. Binding. Subject to the following section, once this Contract is signed by all parties, it shall be binding upon, and shall inure to the benefit of, all parties, and each parties' respective heirs, successors, assigns, transferees, agents, servants, employees, and representatives. Assignment. The Contract is personal to the Contractor and there shall be no assignment, transfer, sale, or subcontracting by the Contractor of its rights or obligations under the Contract without the prior written approval of the City. Any attempted assignment, Page 23 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions transfer, sale or subcontracting by the Contractor, its successors, or assigns, shall be null and void unless approved in writing by the City. Compliance with Law. In providing the services required under this Contract, Contractor and its subcontractors shall at all times comply with all applicable laws of the United States, the State of California and City, and with all applicable regulations promulgated by federal, state, regional, or local administrative and regulatory agencies, now in force and as they may be enacted, issued, or amended during the term of this Contract. Waiver. The waiver by either party of a breach by the other of any provision of this Contract shall not constitute a continuing waiver or a waiver of any subsequent breach of either the same or a different provision of this Contract. No provisions of this Contract may be waived unless in writing and signed by all parties to this Contract. Waiver of any one provision herein shall not be deemed to be a waiver of any other provision herein. Headings. The section headings in this Contract are for convenience and reference only and shall not be construed or held in any way to explain, modify, or add to the interpretation or meaning of the provisions of this Contract. Severability. The provisions of this Contract are severable. The invalidity, or unenforceability of any one provision in this Contract shall not affect the other provisions. Interpretation. The parties acknowledge that this Contract in its final form is the result of the combined efforts of the parties and that, should any provision of this Contract be found to be ambiguous in any way, such ambiguity shall not be resolved by construing this Contract in favor of or against either party, but rather by construing the terms in accordance with their generally accepted meaning. Exhibits. Each exhibit and attachment referenced in this Contract is, by the reference, incorporated into and made a part of this Contract. Cumulative Remedies. No remedy or election hereunder shall be deemed exclusive but shall, wherever possible, be cumulative with all other remedies at law or in equity. No Third -Party Beneficiaries. The rights, interests, duties, and obligations defined within this Contract are intended for the specific parties hereto as identified in the preamble of this Contract. Notwithstanding anything stated to the contrary in this Contract, it is not intended that any rights or interests in this Contract benefit or flow to the interest of any third parties other than expressly identified within this section. The parties do intend that in the event that the State of California is funding the Project being constructed hereunder, that the State of California be a third -party beneficiary under this Contract and all rights, interest and benefits of this Contract accrue to the State. Page 24 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions Funding. This Contract is contingent on the appropriation of funds by City. Should funds not be appropriated, this Contract may be terminated by City upon prior written notice to Contractor. Governing Law and Venue. This Contract shall be governed by, and construed and enforced in accordance with, the laws of the State of California, excluding, however, any conflict of laws rule which would apply the law of another jurisdiction. Venue for purposes of the filing of any action regarding the enforcement or interpretation of this Contract and any rights and duties hereunder shall be Fresno County, California. Extent of Agreement. Each party acknowledges that they have read and fully understand the contents of this Contract. This Contract represents the entire and integrated agreement between the parties with respect to the subject matter hereof and supersedes all prior negotiations, representations, or agreements, either written or oral. This Contract may be modified only by written instrument duly authorized and executed by both City and Contractor in accordance with City's current contract change order resolution for public works of improvement as may be revised. CLAIMS FOR ADDITIONAL TIME Extension of time, when granted, will be based upon the effect of delays to the project as a whole and will not be granted for noncontrolling delays to minor included portions of the Work unless it can be shown that such delays did, in fact, delay the progress of the project as a whole. The Contractor shall not be entitled to damages or additional payment due to these delays except to the extent the delay exceeds the original Contract duration for Substantial Completion, and any extension hereunder other than any extension granted due to Owner caused delay, when Owner is responsible for the delay, the delay is unreasonable under the circumstances involved, not within the contemplation of the parties, and such delay causes actual damage to the Contractor. The Owner shall not be entitled to liquidated damages for Contractor delays unless the delay by Contractor exceeds the original Contract duration for Substantial Completion and any extension of time to which the Contractor is entitled to under the Specifications. If delays are caused by unforeseen events beyond the control of the Contractor, such delays will entitle the Contractor to an extension of time as provided herein. War, governmental regulations, priorities, labor disputes, strikes, fires, floods, adverse weather necessitating cessation of Work, other similar action of the elements, inability to obtain materials, equipment or labor because of Federal Government restrictions arising out of the National Defense or War Program, required Extra Work, action or inaction by the Owner, or other specific reasons as may be further described in the Specifications may constitute such a delay. If the Contractor is delayed by the failure of the Owner to furnish necessary rights of way or materials agreed to be furnished by it, or by failure to supply necessary plans or Page 25 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions instructions concerning the Work, after written request therefore, the Contractor shall be entitled to an extension of time as provided herein. CLAIMS AND DISPUTES General. The Contractor and Owner shall make good faith efforts to resolve any and all Claims and disputes in a timely manner that may from time to time arise during Contractor's performance of the Work. Claims, including those alleging an error or omission shall be directed to the Owner's Construction Manager for action as provided in the "Resolution of Claims and Disputes," below. It shall be a condition precedent to Claims review by the Transportation Director or his or her designated representative and to mediation or litigation between the Contractor and Owner as to all such matters arising prior to the date final payment is due, that a formal decision on all Contractor Claims be made by the Construction Manager. It shall be a condition precedent that the Contractor appeal any disputed Claim to the Transportation Director prior to initiating mediation or litigation. It shall be a condition precedent that the Contractor mediate any disputed Claim through non -binding mediation as provided herein, prior to initiating litigation. Unless mutually waived in writing by both parties, these provisions apply regardless of 1) whether such matters relate to execution and progress of the Work, or 2) the extent to which the Work has been completed. Notice of Intent to Claim by Contractor must be made within 72 hours after occurrence of the event giving rise to such Claim, or within 72 hours after the claimant first discovers or should have reasonably discovered the condition giving rise to the Claim, whichever is later. Notice of Intent to Claim and Claims must be made by written notice. At all times during the course of the dispute resolution process pursuant to the "Resolution of Claims and Disputes," the Contractor shall continue with the Work as directed, in a diligent manner and without delay, or shall conform to the Owner's decision or order, and shall be governed by all applicable provisions of the Contract. Records of the Work shall be kept in sufficient detail to enable payment in accordance with applicable provisions in the Contract if this should become necessary. The making of final payment shall not constitute a waiver of Claims by the Owner including, but not limited to, the following: a. Liens, Claims, security interests or encumbrances arising out of the Contract and unsettled; b. failure of the Work to comply with the requirements of the Contract Documents; or c. terms of special warranties required by the Contract Documents, Page 26 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions Contractor shall promptly provide an unconditional waiver and release upon final payment in accordance with California Civil Code section 3262 and these Contract Documents. Except to the extent of any Claim arising from City's sole or active negligence, and except to the extent Contractor expressly describes any other disputed Claims for which prior written notice has been given the City and lists the respective dollar amounts in an unconditional waiver and release, the making of final payment shall constitute a waiver of Claims by the Contractor pertaining to any and all costs, expenses, changes or other Claims related to Contract Price or Contract Time, including any synergistic effects attributed to multiple Change Orders. In the event of any disputed Claims between the City and Contractor, the City may withhold from the final payment an amount not to exceed 150% of the disputed amount. Resolution of Claims and Disputes. a. Decision of Construction Manager: i. If the Contractor believes any Work or demand to be outside the requirements of the Contract or believes that omissions, conflicts, errors, or discrepancies will cause or have caused the Contractor additional costs or delays in the performance of the Work, he/she shall file a written Notice of Intent to Claim with the Construction Manager within 72 hours after occurrence of the event giving rise to the Claim, or within 72 hours after the Contractor or its subcontractor first discovers or should have reasonably discovered the condition giving rise to the Claim, whichever is later. If a written Notice of Intent to Claim is not submitted within this time period, the Contractor shall waive his or her right to further Claims on the issue and any synergistic effects related to such Claim. (1) Within 10 working days following the Notice of Intent to Claim, the Contractor shall provide a Notice of Claim with complete supporting data for the Claim of the cost and delay related to such omissions, conflicts, errors, discrepancies, or Work alleged to be outside the requirements of the Contract. Notwithstanding the foregoing, if all supporting data cannot reasonably be made available within said 10 working days, then Contractor shall provide all then available supporting data along with a request for additional time, stating a time certain, to obtain the remainder of supporting data along with both an explanation of the nature of such supporting data and the reason why additional time is necessary to provide same to the Construction Manager. (2) If a written Notice of Claim, along with complete supporting data or all then available supporting data and reasonable request for additional time with explanation as required above, is not submitted within 10 working days following the Notice of Intent to Page 27 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions Claim, the Contractor shall waive his or her right to make further Claims on the issue and any synergistic effects related to such Claim. (3) The Contractor's request for additional time to provide the remainder of its supporting data shall be deemed acceptable to Owner unless the Construction Manager rejects in writing Contractor's request within 5 working days from receipt of Contractor's request. If the Construction Manager rejects Contractor's request for additional time, then Contractor shall either provide complete supporting data immediately upon receipt of such rejection or within any time acceptable to the Construction Manager as stated in his or her written rejection, whichever is later (unless otherwise mutually agreed upon in writing by Contractor and Construction Manager). ii. The Construction Manager will review any and all Claims and take one or more of the following preliminary actions in writing within 10 working days of receipt of written Notice of Claim and complete supporting data: 1) request additional supporting data from the Contractor; 2) reject the Claim in whole, or in part, stating reasons for rejection; or, 3) recommend approval of the Claim. In the event the Construction Manager has not taken any preliminary action within 10 working days, then the Claim is deemed rejected unless the Contractor and the Construction Manager mutually agree in writing to extend the time period for taking preliminary action. The Construction Manager will make his or her decision on the basis of the pertinent Contract provisions, together with the facts and circumstances involved in the dispute. The Construction Manager may also, but is not obligated to, notify the surety on Contractor's performance bond of the nature and amount of the Claim. iii. If the Construction Manager requests additional supporting data from the Contractor, the Contractor shall supply the additional information to the Construction Manager within 10 working days unless the Contractor and the Construction Manager mutually agree in writing to extend the time period for supplying such information. The Construction Manager will have 10 working days from the receipt of additional supporting data to provide a written decision unless the Contractor and the Construction Manager mutually agree in writing to extend the time period for providing such decision. In the event the Construction Manager has not provided a written decision within 10 working days, or any extended time period agreed to in writing by Construction Manager and Contractor, then the Claim is deemed rejected and this shall constitute Contractor's automatic request for an appeal meeting with the Director unless the Contractor submits a written withdrawal of its Claim. Page 28 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions iv. If the Claim is rejected in whole or in part by a written decision of the Construction Manager, the Contractor shall notify the Construction Manager in writing within 10 working days after receiving the written decision that either: 1) the decision is accepted, and the Claim is amended accordingly; or 2) the Contractor requests an appeal meeting with the Transportation Director. Failure to timely request an appeal meeting with the Transportation Director following receipt of the written decision constitutes acceptance by the Contractor of the Construction Manager's decision. If the Owner and Contractor are able to resolve their dispute, the Owner will promptly process any required Contract changes. b. Decision of the Transportation Director The Transportation Director, or his or her designee, shall meet with the Contractor and the Construction Manager within 15 working days (unless necessary to accommodate the Transportation Director's schedule, or that of his or her designee, but in no event longer than 20 working days; or unless otherwise mutually agreed upon in writing by Contractor and Construction Manager) from the Contractor's timely submittal of his or her request, or any automatic request hereunder, for a meeting. The Contractor may make a presentation in support of his or her Claim. No attorney may take part in the presentation or defense of the Claim in the meeting with the Transportation Director, or his or her designee. Nothing herein shall prevent an attorney from providing advice to a party either before or after the meeting. In the event the meeting with the Transportation Director, or his or her designee, has not been conducted within the time provided herein or as agreed upon in writing by Contractor and Construction Manager, then the Claim is deemed rejected and, unless the Contractor submits a written withdrawal of its Claim, the parties shall proceed to mediation as provided herein. ii. Within 10 working days (unless otherwise mutually agreed upon in writing by Contractor and Construction Manager) from the meeting with the Contractor and the Construction Manager, the Transportation Director, or his or her designee, shall render a written decision and a copy thereof shall be personally delivered, or mailed return receipt requested, to the Contractor. In the event the Transportation Director, or his or her designee, has not provided a written decision within 10 working days, or any extended time period agreed to in writing by Construction Manager and Contractor, then the Claim is deemed rejected and, unless the Contractor submits a written withdrawal of its Claim, the parties shall proceed to mediation as provided herein. Page 29 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 1 — General Conditions iii. If the Claim is rejected in whole or in part by a written decision of the Transportation Director, or his or her designee, the Contractor shall notify the Construction Manager in writing within 10 working days after receiving the written decision that either: 1) the decision is accepted and the Claim is amended accordingly; or 2) the Contractor rejects the decision of the Transportation Director, or his or her designee. Failure to timely notify the Construction Manager of either following receipt of the Transportation Director's written decision, or that of his or her designee, shall constitute acceptance by the Contractor of the Transportation Director's decision, or that of his or her designee. If the Owner and Contractor are able to resolve their dispute, the Owner will promptly process any required Contract changes. If the Contractor rejects the written decision of the Transportation Director or his or her designee, the parties shall proceed to mediation as provided herein. c. Mediation i, In the event that the Claim is not resolved after exhausting all aforementioned administrative measures, then the Contractor must participate in non -binding mediation with City before the Contractor may initiate litigation. ii. The parties shall mutually select, in writing, a mediator with at least 5 years' experience in the construction industry. In the event that the parties are unable to agree on a mediator within 15 working days of Contractor's rejection of the decision of the Transportation Director or his or her designee, the City may select the mediator. Mediation, including at least one session requiring physical attendance by all parties, shall begin within 15 working days of selection of the mediator, unless necessary to accommodate the mediator's schedule. The parties shall share the mediator's fees and any administrative costs of mediation equally. The mediation shall be held in Fresno, California, unless another location is mutually agreed upon by the parties in writing. In the event the parties are unable to reach a mutually acceptable resolution of the Claim within 20 working days of the start of mediation, unless extended or otherwise terminated by written mutual agreement of the parties, mediation shall terminate. iii. If the Owner and Contractor are able to resolve their dispute the Owner will promptly process any required Contract changes. Any settlement reached in principal must be in writing and is subject to approval by the City Manager or City Council consistent with City laws and policies. Should the dispute remain unresolved, the parties may resort to other dispute resolution procedures. Page 30 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions iv. All statements made during the mediation shall be confidential and subject to sections 703.5, 1119 and 1152 of the California Evidence Code. d. Government Claims Act. Nothing herein is intended by the parties to waive any requirements of the Contractor to comply with the Government Claims Act including, without limitation, California Government Code section 905; and Contractor agrees that it shall remain responsible for complying with said section regarding any Claim. The parties agree, however, that the timeline for the Contractor to file a claim under the Government Claims Act is tolled until exhaustion of the Contractor of its administrative remedies hereunder (i.e., either upon termination of mediation, or upon written mutual waiver of mediation by the parties, whichever first occurs). e. Litigation i. If the Contractor continues to dispute the Work demanded of him/her after exhausting all aforementioned administrative measures, the Contractor may institute legal proceedings, but only after final acceptance of the project by the Owner. Unless specifically waived by the Owner, in writing, the submission of a dispute for mediation in accordance with the above provisions shall be a condition precedent to the Contractor's right to initiate a suit, action or other proceeding against the Owner for damages. ii. In the event Owner initiates suit, action, or other proceeding against the Contractor for damages, the prevailing party in such suit or action shall be entitled to recover reasonable attorney's fees and costs of suit. iii. In the event Contractor initiates suit, action, or other proceeding against the Owner, the Owner shall be entitled to recover reasonable attorneys' fees and engineering defense costs if the Contractor is not awarded, by the arbitrator or court, a dollar amount greater than 50 percent of the Contractor's original Claim for damages. iv. The Contractor shall include, or cause to be included, a requirement in all subcontracts of all tiers of Subcontractors for this project that whenever the Subcontractor disputes the Work demanded of him/her, he/she shall cooperate and comply with the Claims and Dispute procedures contained herein including, without limitation, exhausting all administrative measures prior to instituting legal proceedings, and instituting legal proceedings only after final acceptance of the project by the Owner. COMPLETION Page 31 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions When Contractor considers the Work ready for its intended use, the Contractor shall notify the City in writing that the Work is substantially complete. The Contractor shall attach to this request a list of all work items that remain to be completed and a request that the City prepare a Certificate of Substantial Completion. Within a reasonable time thereafter, the City and Contractor shall inspect the Work to determine the status of completion and to the extent that City agrees the Project is substantially complete. If the City does not consider the Work substantially complete, the City will notify Contractor in writing of the reasons therefore and Contractor shall promptly correct all items identified by the City. The City and Contractor shall repeat the above -referenced procedure until all items are completed to the City's satisfaction, whereupon City shall issue a Certificate of Substantial Completion. On the date that the City issues the Certificate of Substantial Completion, the City shall provide Contractor with the final punch list identifying the remaining minor corrective items to be completed for final completion of the Project. When the Contractor considers the final punch list work to be complete, it shall request City to perform a final walk through of the Project to determine if said punch list work is complete and whether Contractor has otherwise completed all of its obligations under the Contract Documents. The City shall record the Notice of Completion when the entire Work including, but not limited to Contractor's closeout document obligations are fully satisfied, Contractor's punch list(s) and work shall have been completed to the satisfaction of the City. However, the City, at its sole option, may accept completion of the Contract and have the Notice of Completion recorded when the entire Work including individual portions of the Work shall have been completed to the satisfaction of the City, except for minor corrective items, as distinguished from incomplete items. Regardless of the cause therefore, the Contractor may not maintain any claim or cause of action against the City for damages incurred as a result of its failure or inability to complete its Work on the Project in a shorter period than established in the Contract Documents, the parties stipulating that the period set forth in the Contract Documents is a reasonable time within which to perform the work on the Project. EXTENSION OF TIME - LIQUIDATED DAMAGES The Contractor and City hereby agree that the exact amount of damages for failure to complete the work within the time specified is extremely difficult or impossible to determine. Contractor shall be assessed the sum as set forth in the Contract, as liquidated damages for each and every week the work required under the Contract Documents remains unfinished past the time for completion, as set forth in the Contract Documents, and any extensions of time granted by the City to the Contractor under the terms of the Contract Documents. The Contractor will pay to the City or City may retain from amounts Page 32 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions otherwise payable to the Contractor, said amount for each day after failure to meet the requirements of the contract completion as scheduled in the Contract. For purposes of this Item, section Work shall be considered complete in accordance with the provisions of the foregoing section entitled "COMPLETION" and issuance of a Certificate of Substantial Completion. Contractor shall not be charged for liquidated damages, as set forth above, because of any delays in completion of Work which are not the fault or negligence of Contractor, or its subcontractors, or persons or entities for which it is responsible, including, but not restricted to acts of God, as set forth herein. FINAL APPLICATION FOR PAYMENT AND FINAL PAYMENT After Contractor has completed all of the remaining Work items, and delivered all maintenance and operating instructions, schedules guarantees, bonds, certificates of inspection, and As -Built drawings, marked up Record documents, and any other close out documents required by the Contract Documents, and after the City has indicated that Contractor has achieved Final Completion (including, without limitation, all final punch list work), Contractor may make application for final payment following the City's procedure for progress payments. The final application for payment shall be accompanied by all documentation called for in the Contract Documents for making of progress payments together with complete and legally effective releases and waivers of all encumbrances arising out of or related to the Work. After Contractor has satisfied all of the conditions of the preceding paragraph, Contractor shall submit its application for final payment and release of retention. Said application shall set forth the following information, at a minimum: a. Cost of the Work in permanent place as of the end of the immediately preceding month as shown on the updated Project Schedule and Schedule of Values submitted with the Contractor's application; b. Less amounts previously paid and previously withheld as retention; c. The amount currently due; and d. An itemized list of disputed amounts, if any. Contractor's application for final payment shall also be accompanied by Conditional Waivers and Releases Upon Final Payment executed by Contractor and by all subcontractors for whom payment is requested. If the Contractor fails to complete the punch list work or corrective items prior to the expiration of 35 calendar days immediately following issuance of a Certificate of Page 33 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions Substantial Completion, the City shall withhold from the final payment an amount equal to 150% of the estimated cost, as determined by the City, of each item until such time as the item is completed. Alternatively, at the end of such 35-day period, if there are items remaining to be corrected, the City may elect to proceed to withhold a sufficient amount, which in City's judgment may be necessary to cover the cost of incomplete and defective work. In the event of a dispute between the City and Contractor over the amount due, the City may withhold from the final payment an amount not to exceed 150% of the disputed amount. Subject to the provisions of the Contract Documents, City shall make final payment of undisputed amounts to Contractor no later than 45 calendar days after City's receipt of Contractor's properly submitted application for final payment. PAYMENTS WITHHELD In addition to any amount which City may retain under the Contract Documents, City may withhold a sufficient amount of the Contract price otherwise due to Contractor, which in City's judgment may be necessary to cover: a. Payments which may be past due and payable for just claims against Contractor or any subcontractors, or against and about the performance of work on the Project. b. The cost of defective work, which Contractor has not remedied. c. Liquidated damages assessed against Contractor. d. Penalties for violation of any labor laws or deficient certified payroll. e. The cost of materials or equipment ordered by the City as it may deem advisable (this right is reserved by City in the event of any neglect by Contractor in furnishing materials in ample quantities and at such times as to ensure uninterrupted progress of the Work) in order that the Work may be completed by the date specified in the Contract documents. f. The cost of completion of this Contract if there exists a reasonable doubt that this Contract can be completed for the balance then unpaid to Contractor. g. Damage caused by Contractor or its subcontractors and the parties for whom they are responsible. h. Site clean-up including, but not limited to, removal from site and disposal of debris if Contractor fails to provide such final cleaning after construction has been completed. Page 34 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions i. Payments to indemnify, defend, or hold harmless the City. j. Any payments due to the City including but not limited to payments for failed tests, utilities or imperfections. k. Extra services for the Construction Manager or any City agents, including but not limited to, services rendered in the evaluation of Contractor substitution requests, Requests for Information (RFI's), Change Order Requests and Claims. I. Extra services for any inspector including, but not limited to, re -inspection required due to Contractor's failed tests or installation of unapproved or defective materials and Contractor's requests for inspection and Contractor's failure to attend the inspection. m. Costs to complete or submit to City Project Record Documents and other closeout documents required under the Contract Documents. n. Submission of daily reports and completeness thereof. o. Breach of any provision of the Contract Documents. If the above grounds are in the opinion of the City removed by or at the expense of Contractor, payment shall be made for amounts withheld because of them. City may apply, but is not obligated to apply, such withheld amount or amounts to payment of such claims or obligations at its sole discretion. In so doing, City shall make such payments on behalf of Contractor. If any payment is so made by City, then such amount shall be considered as a payment made under contract by City to Contractor and City shall not be liable to Contractor for such payments made in good faith. Such payments may be made without prior judicial determination of claim or obligations. City will render Contractor an accounting of such funds disbursed on behalf of Contractor. As an alternative to payment of such claims or obligations, City, in its sole discretion, may reduce the total Contract price or set-off the amount against payments due. WAIVER AND RELEASE FORMS Consistent with the provisions of California Civil Code Chapter 3 — Waiver and Release [8120 — 8138], the Contractor and its subcontractors shall promptly furnish the City with a release of all claims against the City arising by virtue of the Contract Documents related to amounts to be paid or which have been paid. This section shall survive expiration or termination of the Contract. Contractor shall include these requirements in all Page 35 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions subcontracts for this project. The Contractor and subcontractors from the operation of the release may specifically exclude disputed contract claims in stated amounts. Neither the City nor the Contractor by any term of this Contract, or otherwise, shall waive, affect, or impair the claims and liens of other persons whether with or without notice except by their written consent, and any term of the Contract to that effect shall be null and void. Any written consent given by any claimant pursuant to this section shall be null, void, and unenforceable unless and until the claimant executes and delivers a waiver and release. Such a waiver and release shall be binding and effective to release the City, construction lender, and surety on a payment bond from claims and liens only if the waiver and release follows substantially one of the forms set forth in California Civil Code Chapter 3 — Waiver and Release [8120 — 8138] and this section and is signed by the claimant or his or her authorized agent, and, in the case of a conditional release, there is evidence of payment to the claimant. Evidence of payment may be by the claimant's endorsement on a single or joint payee check that has been paid by the bank upon which it was drawn or by written acknowledgment of payment given by the claimant. No oral or written statement purporting to waive, release, impair or otherwise adversely affect a claim is enforceable or creates any estoppel or impairment of a claim unless: a. It is pursuant to a waiver and release prescribed herein, or b. The claimant had actually received payment in full for the claim. This section does not affect the enforceability of either an accord and satisfaction regarding a bona fide dispute or any agreement made in settlement of an action pending in any court provided the accord and satisfaction or agreement and settlement make specific reference to the stop notice or bond claims. The waiver and release given by any claimant hereunder shall be null, void, and unenforceable unless it follows substantially the following forms in the following circumstances. Each waiver in this provision shall contain the following language, in at least as large a type as the largest type otherwise on the document: (Example 1.) Where the claimant is required to execute a waiver and release in exchange for, or in order to induce the payment of, a progress payment and the claimant is not, in fact, paid in exchange for the waiver and release or a single payee check or joint payee check is given in exchange for the waiver and release, the waiver and release shall follow substantially the following form: CONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT NOTICE: THIS DOCUMENT WAIVES THE CLAIMANT'S LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS EFFECTIVE ON RECEIPT OF PAYMENT. A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS SATISFIED THAT THE CLAIMANT HAS RECEIVED PAYMENT. Page 36 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions Identifying Information Name of Claimant: Name of Customer: Job Location: Owner: Through Date: Conditional Waiver and Release This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and material delivered, to the customer on this job through the Through Date of this document. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived, and released by this document, unless listed as an Exception below. This document is effective only on the claimant's receipt of payment from the financial institution on which the following check is drawn: Maker of Check: Amount of Check: $ Check Payable to: Exceptions This document does not affect any of the following: a. Retentions. b. Extras for which the claimant has not received payment. c. The following progress payments for which the claimant has previously given a conditional waiver and release but has not received payment: Date(s) of waiver and release: Amount(s) of unpaid progress payment(s): $ Page 37 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions d. Contract rights, including (A) a right based on rescission, abandonment, or breach of contract, and (B) the right to recover compensation for work not compensated by the payment. Signature Claimant's Signature: Claimant's Title: Date of Signature: Exclusions: Listing of Claims, of which prior written Notice has been given to the City of Fresno: 1. Claim for: 2. Claim for: 3. Claim for: In the amount of: $ In the amount of: $ In the amount of: $ (Example 2.) Where the claimant is required to execute a waiver and release in exchange for, or in order to induce payment of, a progress payment and the claimant asserts in the waiver it has, in fact, been paid the progress payment, the waiver and release shall follow substantially the following form with the text of the "Notice to Claimant" in at least as large a type as the largest type otherwise in the form: UNCONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM. Identifying Information Name of Claimant: Name of Customer: Job Location: Owner: Page 38 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions Through Date: Unconditional Waiver and Release This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and material delivered, to the customer on this job through the Through Date of this document. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived, and released by this document, unless listed as an Exception below. The claimant has received the following progress payment: Exceptions This document does not affect any of the following: a. Retentions. b. Extras for which the claimant has not received payment. c. Contract rights, including (A) a right based on rescission, abandonment, or breach of contract, and (B) the right to recover compensation for work not compensated by the payment. Signature Claimant's Signature: Claimant's Title: Date of Signature: Exclusions: Listing of Claims, of which prior written Notice has been given to the City of Fresno: 1. Claim for: 2. Claim for: 3. Claim for: In the amount of: $ In the amount of: $ In the amount of: $ (Example 3.) Where the claimant is required to execute a waiver and release in exchange for, or in order to induce the payment of, a final payment and the claimant is not, in fact, paid in exchange for the waiver and release or a single payee check or joint payee check Page 39 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions is given in exchange for the waiver and release, the waiver and release shall follow substantially the following form: CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT NOTICE: THIS DOCUMENT WAIVES THE CLAIMANT'S LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS EFFECTIVE ON RECEIPT OF PAYMENT. A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS SATISFIED THAT THE CLAIMANT HAS RECEIVED PAYMENT. Identifying Information Name of Claimant: Name of Customer: Job Location: Owner: Through Date: Conditional Waiver and Release This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and material delivered, to the customer on this job. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived, and released by this document, unless listed as an Exception below. This document is effective only on the claimant's receipt of payment from the financial institution on which the following check is drawn: Maker of Check: Amount of Check: $ Check Payable to: *Exceptions This document does not affect any of the following - Disputed claims for extras in the amount of: $ Page 40 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions Signature Claimant's Signature: Claimant's Title: Date of Signature: *Listing of Claims, of which prior written Notice has been given to the City of Fresno: 1. Claim for: 2. Claim for: 3. Claim for: In the amount of: $ In the amount of: $ In the amount of: $ (Example 4.) Where the claimant is required to execute a waiver and release in exchange for, or in order to induce payment of, a final payment and the claimant asserts in the waiver it has, in fact, been paid the final payment, the waiver and release shall follow substantially the following form with the text of the "Notice to Claimant" in at least as large a type as the largest type otherwise in the form: UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT NOTICE TO CLAIMANT: THIS DOCUMENT WAIVES AND RELEASES LIEN, STOP PAYMENT NOTICE, AND PAYMENT BOND RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL WAIVER AND RELEASE FORM Identifying Information Name of Claimant: Name of Customer: Job Location: Owner: Through Date: Unconditional Waiver and Release Page 41 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for all labor and service provided, and equipment and material delivered, to the customer on this job. Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived, and released by this document, unless listed as an Exception below. The claimant has been paid in full. *Exceptions This document does not affect the following: Disputed claims for extras in the amount of: $ Signature Claimant's Signature: Claimant's Title: Date of Signature: *Listing of Claims, of which prior written Notice has been given to the City of Fresno: 1. Claim for: 2. Claim for: 3. Claim for: In the amount of: $ In the amount of: $ In the amount of: $ SECURITIES IN LIEU OF RETENTION PERMITTED AND ESCROW AGREEMENT (PUBLIC CONTRACT CODE SECTION 22300) Pursuant to provisions of section 22300 of the California Public Contract Code, Contractor may substitute securities for any monies withheld by Owner. Procedures shall be as provided in section 22300 of the California Public Contract Code. a. Provisions shall be included in any invitation for bid and in any contract documents to permit the substitution of securities for any moneys withheld by a public agency to ensure performance under a contract, provided that substitution of securities provisions shall not be required in contracts in which there will be financing provided by the Farmers Home Administration of the United States Department of Agriculture pursuant to the Consolidated Farm Page 42 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions and Rural Development Act (7 U.S.C. Sec. 1921 et seq.), and where federal regulations or policies, or both, do not allow the substitution of securities. At the request and expense of the contractor, securities equivalent to the amount withheld shall be deposited with the public agency, or with a state or federally chartered bank in this state as the escrow agent, who shall then pay those moneys to the contractor. Upon satisfactory completion of the contract, the securities shall be returned to the contractor. b. Alternatively, the contractor may request, and the owner shall make payment of retentions earned directly to the escrow agent at the expense of the contractor. At the expense of the contractor, the contractor may direct the investment of the payments into securities and the contractor shall receive the interest earned on the investments upon the same terms provided for in this section for securities deposited by the contractor. Upon satisfactory completion of the contract, the contractor shall receive from the escrow agent all securities, interest, and payments received by the escrow agent from the owner, pursuant to the terms of this section. c. Securities eligible for investment under this section shall include those listed in Section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest -bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the contractor and the public agency. The contractor shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. Failure to include these provisions in bid and contract documents shall void any provisions for performance retentions in a public agency contract. For purposes of this section, the term "public agency" shall include, but shall not be limited to, chartered cities. d. (1) Any contractor who elects to receive interest on moneys withheld in retention by a public agency shall, at the request of any subcontractor, make that option available to the subcontractor regarding any moneys withheld in retention by the contractor from the subcontractor. If the contractor elects to receive interest on any moneys withheld in retention by a public agency, then the subcontractor shall receive the identical rate of interest received by the contractor on any retention moneys withheld from the subcontractor by the contractor, less any actual pro rata costs associated with administering and calculating that interest. In the event that the interest rate is a fluctuating rate, the rate for the subcontractor shall be determined by calculating the interest rate paid during the time that retentions were withheld from the subcontractor. If the contractor elects to substitute securities in lieu of retention, then, by mutual consent of the contractor and subcontractor, the subcontractor may substitute securities in exchange for the release of moneys held in retention by the contractor. (2) This subdivision shall apply only to those subcontractors Page 43 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 1 — General Conditions performing more than five percent of the contractor's total bid. (3) No contractor shall require any subcontractor to waive any provision of this section. e. The Legislature hereby declares that the provisions of this section are of statewide concern and are necessary to encourage full participation by contractors and subcontractors in public contract procedures. f. The escrow agreement used hereunder shall be null, void, and unenforceable unless it is substantially similar to the following form: ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered whose address is address is address is _ consideration follows: hereinafter called "Contractor" into by and between hereinafter called "Owner," whose and whose hereinafter called "Escrow Agent." For the hereinafter set forth, the Owner, Contractor, and Escrow Agent agree as (1) Pursuant to Section 22300 of the Public Contract Code of the Contractor has the option to deposit securities with Escrow Agent retention earnings required to be withheld by Owner pursuant t Contract entered into between the Owner and Contractor for the amount of dated State of California, as a substitute for the Construction in (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the Owner shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the Owner within 10 days of the deposit. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the Owner and Contractor. Securities shall be held in the name of and shall designate the Contractor as the beneficial owner. (2) The Owner shall make progress payments to the Contractor for those funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. (3) When the Owner makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until the time that the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement Page 44 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions and the rights and responsibilities of the parties shall be equally applicable and binding when the Owner pays the Escrow Agent directly. (4) Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the Escrow Account and all expenses of the Owner. These expenses and payment terms shall be determined by the Owner, Contractor, and Escrow Agent. (5) The interest earned on the securities, or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the Owner. (6) Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from the Owner to the Escrow Agent that Owner consents to the withdrawal of the amount sought to be withdrawn by Contractor. (7) The Owner shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the owner of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the Owner. (8) Upon receipt of written notification from the Owner certifying that the Contract is final and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. (9) Escrow Agent shall rely on the written notifications from the Owner and the Contractor pursuant to Sections (5) to (8), inclusive, of this agreement and the Owner and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. (10) The names of the persons who are authorized to give written notice or to receive written notice on behalf of the Owner and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: On behalf of Owner: On behalf of Contractor: On behalf of Escrow Agent: Title Title Title Page 45 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 1 — General Conditions Name Name Name Signature Address Signature Address Signature Address At the time the Escrow Account is opened, the Owner and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. Owner Title Name Signature Contractor Title Name Signature Page 46 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 2 — Special Conditions SPECIAL CONDITIONS Page 47 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 2 — Special Conditions 1. PAYMENT: Progress payments of the total Lump -sum, Fixed Price will be made to the Contractor according to the Milestone payment schedule below. Milestone 1: Acceptance of Site Assessment (Sub -part 2.01) Milestone 2: Completion of Design & Engineering (Sub -part 2.02) Milestone 3: Completion of Construction, Commissioning, and Training (Part 3 & 4) Invoices shall conspicuously display the City's contract number and shall be submitted to: ATTENTION: City of Fresno Department of Transportation/FAX Accounts Payable 2223 G. Street Fresno, CA 93706 Contractor hereby agrees not to assign the payment of any monies due Contractor from City under the terms of this Contract to any other individual(s), corporation(s) or entity(ies). City retains the right to pay any and all monies due Contractor directly to Contractor. 2. CHANGES TO CONTRACT DOCUMENTS: The City of Fresno may, from time to time, without invalidating the Contract, modify the Contract; by adding, deleting or changing sections of the Contract; by adding deleting or changing usage or space; by adding, deleting or changing Routine Work or Projects; by adding deleting or changing Special Conditions; or by adding, deleting or changing Specifications. All such changes shall be ordered by means of a Written Change Order. Any changes in the compensation to Contractor resulting from such Change Orders shall be agreed upon by the City of Fresno and the Contractor. Additionally, the parties may modify the Contract by written amendment. Federal Transit Administration (FTA) Federal Funding Source: This contract is funded in whole or in part using FTA federal funding. As such, any changes to this contract requires a cost analysis to be performed in accordance with FTA Circular 4220.1 F and 2 CFR 200.324. This requirement obliges the City to perform a cost analysis that examines each element of the cost of the contract changes, to include profit as a separate negotiated cost element. The Contractor shall provide sufficient information to the City for the performance of the cost analysis in conformance with FTA Circular 4220.1 F and 2 CFR 200.324. The Contractor may request and propose a non- disclosure agreement to protect sensitive business information, but such an agreement requires concurrence from the City Attorney's Office. 3. NOTICE TO PROCEED: Contractor shall not commence any work until he/she has received a written Notice to Proceed. Page 48 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 2 — Special Conditions 4. CONTRACT ADMINISTRATOR: The City of Fresno designates the Director, Department of Transportation/FAX, as Contract Administrator, who shall act on behalf of the City with respect to all aspects of this Contract. The City shall promptly notify Contractor in writing if the Contract Administrator is changed. The Contract Administrator and designated representative shall have complete authority to require the Contractor to comply with all provisions of this Contract. Contractor shall strictly and promptly follow the instructions of the Contract Administrator. The Contract Administrator's decision upon all questions claims and disputes will be final and conclusive upon the parties of the Contract. The Contract Administrator shall exercise any discretionary authority in a reasonable manner. The Contract Administrator shall decide any and all questions which may arise as to conformance of and acceptability of tools, equipment, supplies and all other materials and methods and procedures used in the performance of the Services with regard to the requirements included herein. The Contract Administrator shall decide all questions which may arise as to the interpretation of the Contract Documents relative to the Services and the fulfillment of the Contract on the part of Contractor. The Contract Administrator will determine the amount and quality of the several kinds of Services performed and materials furnished which are to be paid for under this Contract. The Contract Administrator shall have the authority to require Contractor to make temporary changes in the assignment of routine work, tasks and task frequencies. Such temporary changes shall not affect the amount of payment to Contractor. 5. CONTRACT COORDINATOR: The Contract Administrator shall designate the Project Manager, Department of Transportation/FAX as Contract Coordinator to monitor and inspect the performance and progress of the Services provided under this Contract. The Contract Coordinator has no authority to alter, waive or revoke any provision of this Contract. Any failure of Contractor to comply with the provisions of the Contract may be called to the attention of the Contract Administrator by the Contract Coordinator. The Contract Coordinator shall have the authority to suspend the performance of the Services and compensation to Contractor until the Contract Administrator can decide any questions at issue. The Contract Coordinator shall perform frequent inspections of each work assignment. The emphasis during these inspections should concentrate on the existence of those factors which significantly affect the probability of the custodial assignment being performed as specified. Page 49 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 2 — Special Conditions The Contract Coordinator shall coordinate the activities of Contractor and the occupants to minimize any interference or delay to either party. The Coordinator shall submit suggestions regarding revisions of the specifications to the Contract Administrator. The Coordinator shall receive and respond, with clerical assistance, to requests, complaints, and suggestions concerning the performance of the work directed under the Contract. The Contract Coordinator shall in no instance have the authority to act as a supervisor for Contractor, and shall not interfere with the Contractor in the supervision or direction of Contractor's employees. Any advice provided to Contractor by the Contract Coordinator shall in no way be construed as binding upon the City of Fresno, or release the Contractor from fulfilling the provisions of the Contract. 6. PERFORMANCE OF THE SERVICES: Contractor shall be responsible for the complete and timely performance of all the Services under this Contract and for all manner and type of tools, equipment, supplies and materials of every description required to successfully perform all Services under this Contract. 7. NON-PERFORMANCE OF SERVICES: Services shall be considered not to have been performed when, in the judgment of the Contract Administrator, any one or more of, but not limited to, the following conditions exist: a. Adherence to established response times b. Failure to provide reports per schedule and on time C. Failure to conform to the requirements per Scope of Work 8. DUST CONTROL AND STORM WATER POLLUTION PREVENTION: It shall be the responsibility of the Contractor to prepare, obtain approval and implement all of the requirements of the latest Fugitive Dust Control Plan (FDCP) in accordance with the San Joaquin Valley Air Pollution Control District (District) Regulation Vill. Also, it shall be the responsibility of the Contractor to prepare, obtain approval and implement all of the requirements of the latest State National Pollutant Discharge Elimination System (NPDES) General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities Order No. 2009-0009- DWQ and industry standards according to the State Water Quality Control Board (SWQCB). Dust Control The FDCP and maps must be prepared utilizing the latest requirements of the District. Once the FDCP and maps have been prepared, it shall be the responsibility of the Contractor to submit and obtain written approval by the District. Until a written approval has been obtained by the District. no construction activity shall commence on the project site. Once a written approval has been obtained, the Contractor shall submit to Page 50 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 2 — Special Conditions Construction Management Division a copy of the approved FDCP with all maps. The Contractor shall keep the FDCP current as required by the District. The Contractor shall keep a copy of the approved FDCP, and amendments thereto, at the job site and in the general business office of the Contractor. In addition, the Contractor shall make available to Construction Management Division copies of all amendments to the FDCP as prepared by the Contractor. The FDCP shall be made available upon request of a representative of the District or U.S. Environmental Protection Agency. Requests by the public shall be directed to the Engineer. Contractor must provide written notification to the District at least 48 hours in advance of any earthmoving activity. Record keeping is required by the District and must be kept for each day any dust control measure is used. Copies of record keeping forms and the Construction Notification form are available on the District's website at www.valleyair.org under Compliance Assistance/Dust Control. The Contractor shall be familiar with and shall have a copy of the District's Regulation VIII — Fugitive Dust Control at Construction Sites. Copies of the regulation may be obtained online at the above -mentioned web site. The Contractor shall be responsible throughout the duration of the project for street sweeping, soil stabilization, watering operations, establishing a water source and associated costs, carryout and track out prevention, notification, installing, inspecting, maintaining, required record keeping and removing control measures to reduce Visible Dust Emissions (VDE) and eliminate nuisances from or within the construction site. Dust control shall conform to Section 7-8 of the Standard Specifications and the cost of labor and equipment required for the work shall be included in the various bid items and no separate payment will be allowed. The cost of water will be paid by the Contractor. Reference to and incorporation of the provisions of Sections 23113, 23114, 23115 and 40,000.16 of the California Vehicle Code regarding containment and transportation of any aggregate material upon public roadways is made to these Specifications. Storm Water It shall be the responsibility of the Contractor to comply with all of the requirements of the latest NPDES General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities Order No. 2009-0009-DWQ according to SWQCB and standard industry practice. This includes, but is not limited to, preparing plans and application, maps as well as all necessary reporting on the SWQCB's Storm Water Multiple Application and Report Tracking System (SMARTS System). The Contractor, working with their certified Qualified Storm Water Pollution Prevention Plan (SWPPP) Developer (QSD), will determine what would be the best course of action to comply with the latest State NPDES General Permit for Storm Water Discharges Associated with Construction and Land Disturbance Activities Order No. 2009-0009- DWQ. If the Contractor's QSD determines a SWPPP is the best course of action, it shall Page 51 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 2 — Special Conditions be the responsibility of the Contractor and their QSD to submit to Construction Management Division a completed SWPPP for review. Upon acceptance of the SWPPP document by Construction Management Division, the QSD shall prepare a Notice of Intention (NOI) application in the SWQCB's SMARTS System and upload all necessary documents and maps to be approved by the Legally Responsible Person (LRP). Until a written approval of the SWPPP has been obtained from the SWQCB, no construction activity shall commence on the project site. Upon obtaining written approval of the SWPPP, it shall be the responsibility of the Contractor to implement the SWPPP. Throughout the course of the project, the Contractor's certified Quality SWPPP Practitioner (QSP) shall conduct periodic inspections, testing, any reporting on the SMARTS System as well as coordinate with the QSD to update the SWPPP as necessary. At the conclusion of construction, it shall be the responsibility of the Contractor and his or her QSD/QSP to ensure the annual report has been updated on the SMARTS System as well as prepare the Notice of Termination (NOT) for City's approval. The Contractor shall keep a copy of the approved SWPPP, and amendments thereto, at the job site and in the general business office of the Contractor. In addition, the Contractor shall make available to Construction Management Division copies of all amendments to the SWPPP as prepared by the Contractor. The SWPPP shall be made available upon request of a representative of the Fresno Metropolitan Flood Control District, Regional Water Quality Control Board, State Water Resources Control Board or U. S. Environmental Protection Agency. Requests by the public shall be directed to the Engineer. SWPPP preparation will also include any preparation of Storm Water Annual Reports or Rain Event Action Plan (REAP). If specified for the risk level, REAP preparation includes preparing and submitting REAP forms and monitoring weather forecasts. Storm Water Annual Report preparation includes certifications, training, monitoring and inspection results, and obtaining Storm Water Annual Report acceptance. If the Contractor and/or his/her QSD determines that a SWPPP is not necessary, then it shall be the responsibility of the Contractor to provide a list of Best Management Practices (BMP) that are to be implemented during the Work to Construction Management Division. The Contractor shall implement the BMP in a timely manner and maintain throughout the duration of the project. The Contractor shall keep a copy of the BMP list and any modification to the list at the job site and in the general business office of the Contractor. In addition, the Contractor shall make available to the City copies of all modifications to the BMP list. The BMP list shall be made available upon request of a representative of the Fresno Metropolitan Flood Control District, Regional Water Quality Control Board, State Water Resources Control Board or U. S. Environmental Protection Agency. Requests by the public shall be directed to Construction Management Division. The Contractor shall be responsible throughout the duration of the project for installing, inspecting and maintaining the control measures (Best Management Practices — BMP's) and for properly removing and disposing of temporary control measures. The contactor shall be responsible for all permit fees and other fees associated with the SWPPP Page 52 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 2 — Special Conditions including any renewal fees. The Contractor will also be responsible for producing annual reports, as necessary. The Contractor shall also be responsible for other items associated with SWPPP implementation including Job Site Management, Storm Water Sampling and Analysis, and Street Sweeping. Notice of violation and/or fines for any non-compliance will be the responsibility of the Contractor Page 53 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-D2C24681BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions FEDERAL CONDITIONS Page 54 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions This contract/purchase agreement is subject to a financial assistance contract between the City of Fresno and the Federal Transit Administration, which requires that this contract/agreement contain the following clauses: NO GOVERNMENT OBLIGATION TO THIRD PARTIES (1) The City and contractor/vendor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the purchaser, contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. (2) The contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS (1) The contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies, "49 CFR Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the contractor to the extent the Federal Government deems appropriate. (2) The contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the right to impose the penalties of 18 U.S.C. 1001 and 49 U.S.C. § 5323(I) on the contractor, to the extent the Federal Government deems appropriate. (3) The contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the Page 55 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. ACCESS TO RECORDS AND REPORTS (1) Record Retention. The Contractor will retain, and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, documents, reports, statistics, sub - agreements, leases, subcontracts, arrangements, other third party agreements of any type, and supporting materials related to those records. (2) Retention Period. The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. § 200.333. The Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of at not less than three (3) years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto. (3) Access to Records. The Contractor agrees to provide sufficient access to FTA and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. (4) Access to the Sites of Performance. The Contractor agrees to permit FTA and its contractors access to the sites of performance under this contract as reasonably may be required. FEDERAL CHANGES (1) Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. TERMINATION (1) Termination for Convenience: The City of Fresno may terminate this contract, in whole or in part, at any time by written notice to the contractor. The contractor shall be paid its costs, including contract close out costs, and profit on work performed up to the time of termination. The contractor shall promptly submit its termination claim to be paid by contractor. If the contractor has any property in its possession belonging to the City of Fresno, the contractor will account for the same, and dispose of it in the manner the City Page 56 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions of Fresno directs. (2) Termination for Default: If the contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the contractor fails to perform in the manner called for in the contract or if the contractor fails to comply with any other provisions of the contract and the contractor fails to cure such default in a reasonable time not to exceed 15 days, the City of Fresno may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. (3) If it is later determined by the City of Fresno that the contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of, or are beyond the control of the contractor, the City of Fresno, after setting up a new delivery or performance schedule, may allow the contractor to continue work, or treat the termination as a termination for convenience. DISADVANTAGED BUSINESS ENTERPRISE DBE (1) Non -Discrimination Assurances. The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: a. Withholding monthly progress payments; b. Assessing sanctions; c. Liquidated damages; and/or d. Disqualifying the contractor from future bidding as non -responsible. 49 C.F.R. § 26.13(b). (2) Prompt Payment. The Contractor is required to pay its subcontractors performing work related to this Contract for satisfactory performance of that work no later than thirty (30) days after the Contractor's receipt of payment for that work from the City. In addition, the Contractor may not withhold retainage from its subcontractors. (3) DBE Participation list. As required by 49 CFR Part 26.11, the City is required to create and maintain a list of all firms bidding on prime contracts and bidding or quoting subcontracts on Department of Transportation, Federal Transit Administration -assisted Page 57 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions contracts. To comply with this requirement, the City requests the Contractor provide the information required by the Federal Transit Administration on Page 19. This information is not used in determining award of Contract or in evaluating your Proposal in any way. INCORPORATION OF FTA 4220.1 F TERMS (1) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, dated November 1, 2008, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA-mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The contractor shall not perform any act, fail to perform any act, or refuse to comply with any City of Fresno request, which would cause the City of Fresno to be in violation of the FTA terms and conditions. (2) Flow Down — The incorporation of FTA terms has unlimited flow down. SUSPENSION AND DEBARMENT The Contractor shall comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Government Wide Debarment and Suspension (Nonprocurement)," 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b) Suspended from participation in any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award; or f) Disqualified from participation in any federally assisted Award. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the City. If it is later determined by the City that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension Page 58 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. BUILD AMERICA BUY AMERICA (1) The contractor agrees to comply with Public Law 117-58 and 2 CFR 200, which require that federal funds for an infrastructure project may not be obligated unless all of the iron, steel, manufactured products, and construction materials incorporated into the project are produced in the United States. (2) Certification — A bidder or offeror must submit with their bids or proposals the Build America Buy America certification, unless the expenditure is exempt in accordance with 2 CFR 184.8. (3) Flow Down — The incorporation of FTA terms has unlimited flow down. BUY AMERICA (1) The contractor agrees to comply with 49 U.S.C. 53230), 49 C.F.R. part 661, and Public Law 117-58, which provide that Federal funds may not be obligated unless all steel, iron, and manufactured products used in FTA funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. § 661.7. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. § 661.11. (2) A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all bids on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. RESOLUTION OF DISPUTES, BREACHES, OR OTHER LITIGATION (1) The validity of this Agreement and of any of its terms and provisions, as well as the rights and duties of the parties, shall be governed by the laws of the State of California. In the event of litigation between the two parties, proper venue shall be laid in a court of competent jurisdiction in the County of Fresno, State of California. (2) Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of (Recipient)'s Maintenance Manager. This decision shall be final and conclusive unless with ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise Page 59 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions furnishes a written appeal to the Maintenance Manager. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Maintenance Manager shall be binding upon the contractor and the Contractor shall abide by the decision. (3) Pending final resolution of a dispute in hereunder, the Contractor shall proceed diligently with the performance of this Agreement and in accordance with the City's decision. LOBBYING The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (3) The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. CLEAN AIR Page 60 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et sec.. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. CLEAN WATER (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seg. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. CARGO PREFERENCE REQUIREMENTS. Use of United States -Flag Vessels. The contractor agrees: (1) To use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels. (2) To furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 days following the date of loading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington D.C. 20590 and the FTA recipient (through the contractor in the case of a subcontractor's bill -of lading). (3) To include these requirements in all subcontracts issued pursuant to the contract when the subcontract may involve the transport of equipment, materials, or commodities by ocean vessel. FLY AMERICA Page 61 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions Fly America Requirements: (1) Definitions. As used in this clause- "International air transportation" means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States. "United States" means the 50 States, the District of Columbia, and outlying areas. "U.S.-flag air carrier" means an air carrier holding a certificate under 49 U.S.C. Chapter 411. (2) When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) (Fly America Act) requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government -financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign -flag air transportation, to disallow expenditures from funds, appropriated or otherwise established for the account of the United States, for international air transportation secured aboard a foreign -flag air carrier if a U.S.-flag air carrier is available to provide such services. (3) If available, the contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects) or property. (4) In the event that the contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, the contractor shall include a statement on vouchers involving such transportation essentially as follows: Statement of Unavailability of U.S.-Flag Air Carriers International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign -flag air carrier service for the following reasons. See FAR § 47.403. Stated Reason(s): (5) The contractor shall include the substance of this clause, including this paragraph, in each subcontract or purchase under this contract that may involve international air transportation. ENERGY CONSERVATION Page 62 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions (1) The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. RECYCLED PRODUCTS The contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. CONFORMANCE WITH ITS NATIONAL ARCHITECTURE (1) Contractor shall conform, to the extent applicable, to the National Intelligent Transportation Standards architecture as required by SAFETEA-LU Section 5307(c), 23 U.S.C. Section 512 and as amended by MAP-21 23 U.S.C. § 517(d), note and follow the provisions of FTA Notice, "FTA National Architecture Policy on Transit Projects," 66 Fed. Reg.1455 et seq., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent FTA determines otherwise in writing. ADA ACCESS (1) In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. SAFE OPERATION OF MOTOR VEHICLES (1) Seat Belt Use - The Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company -owned vehicles, company -rented vehicles, or personally operated vehicles. The terms "company -owned" and "company -leased" refer to vehicles owned or leased either by the Contractor or City. (2) Distracted Driver - The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text Page 63 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents, or a privately - owned vehicle when on official business in connection with the work performed under this agreement. ROMPT PAYMENT (1) The Prime Contractor shall pay any Subcontractor for work that has been satisfactorily performed no later than thirty (30) days from the date of the Prime Contractor's receipt of each payment made by the City of Fresno. Additionally, within thirty (30) days of satisfactory completion of all work required of the Subcontractor, the Prime Contractor shall release any retainage payments withheld to the Subcontractor. NOTICE OF LEGAL MATTERS AFFECTING THE FEDERAL GOVERNMENT (1) The Contractor agrees that if a current or prospective legal matter that may affect the Federal Government emerges, the Contractor shall promptly notify the City of the legal matter in accordance with 2 C.F.R. §§ 180.220 and 1200.220. (2) The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. (3) Matters that may affect the Federal Government include, but are not limited to, the Federal Government's interests in the Award, the accompanying Underlying Agreement, and any Amendments thereto, or the Federal Government's administration or enforcement of federal laws, regulations, and requirements. (4) Additional Notice to U.S. DOT Inspector General. The contractor must promptly notify the City and U.S. DOT Inspector General in addition to the FTA Chief Counsel or Regional Counsel for the Region in which the City is located, if the contractor has knowledge of potential fraud, waste, or abuse occurring on a Project receiving assistance from FTA. The notification provision applies if a person has or may have submitted a false claim under the False Claims Act, 31 U.S.C. § 3729, et seq., or has or may have committed a criminal or civil violation of law pertaining to such matters as fraud, conflict of interest, bid rigging, misappropriation or embezzlement, bribery, gratuity, or similar misconduct involving federal assistance. This responsibility occurs whether the Project is subject to this Agreement or another agreement between the City and FTA, or an agreement involving a principal, officer, employee, agent, or Third -Party Participant of the City. It also applies to subcontractors at any tier. Knowledge, as used in this paragraph, includes, but is not limited to, knowledge of a criminal or civil investigation by a Federal, state, or local law enforcement or other investigative agency, a criminal indictment or civil complaint, or probable cause that could support a criminal indictment, or any other credible information in the possession of the contractor. In this paragraph, "promptly" means to refer information without delay and without change. This notification provision applies to all Page 64 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 3 — Federal Conditions divisions of the Recipient, including divisions tasked with law enforcement or investigatory functions. (5) The Contractor further agrees to include the above clause in each subcontract, at every tier, financed in whole or in part with Federal assistance provided by the FTA. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT The Contractor agrees to comply with 2 CFR 200.216 and Public Law 115-232, Section 889, and may not 1) procure or obtain; 2) extend or renew a contract to procure; or 3) enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system for this federally funded agreement. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). a) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). b) Telecommunications or video surveillance services provided by such entities or using such equipment. c) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. Page 65 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement COMMUNITY WORKFORCE AGREEMENT Page 66 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement INTRODUCTION/FINDINGS This Community Workforce Agreement is entered into this 29th day of September 2021, by and between the City of Fresno (hereinafter the "City"), and the Fresno, Madera, Kings and Tulare Counties Building and Construction Trades Council (hereinafter the "Trades Council") and its affiliated Unions that have executed this Agreement (referred to collectively herein as the "Union(s)"). Contractors and subcontractors of all tiers who work on City construction projects covered by this Agreement (hereinafter the "Contractor(s)/ Employer(s)"), shall become signatory to this Agreement by signing the "Agreement to be Bound" attached hereto as Addendum A A central purpose of this Agreement is to provide employment and training opportunities that build pathways into high -quality, sustainable construction careers for local workers, to create a pool of skilled construction labor for future City construction projects, to develop the regional workforce and economy, and to combat unemployment and underemployment in the region. Equally important, this Agreement is designed to promote the efficiency of construction operations through the use of skilled labor resulting in quality construction outcomes, and to provide for the peaceful settlement of labor disputes and grievances without strikes or lockouts, thereby promoting the public interest in assuring the timely and economical completion of City Projects covered by this Agreement. WHEREAS, this Agreement encourages construction employment and training opportunities in ways calculated to mitigate the harms caused by geographically concentrated poverty, unemployment and underemployment in economically disadvantaged areas and among City residents; and WHEREAS, this Agreement reflects a commitment by all parties to diversity, workforce equity, and open opportunity in employment and training on City -funded projects; and WHEREAS, the City places high priority upon the development of comprehensive programs for the recruitment, training and employment of local area residents and military veterans, and recognizes the ability of local pre -apprenticeship and apprenticeship programs to provide meaningful and sustainable career pathways in the construction industry; and WHEREAS, the timely and successful completion of City Projects is an important fiduciary responsibility of the City of Fresno; and WHEREAS, large numbers of workers of various skills will be required in the performance of construction work on City Projects and the timely and successful completion of City Projects is of the utmost importance to meet the needs of the City and avoid increased costs from delays in construction; and WHEREAS, the use of skilled labor on construction work increases the safety of construction projects as well as the quality of completed work; and Page 67 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement WHEREAS, it is recognized that on City Projects with multiple contractors and bargaining units on the job site at the same time over an extended period of time, the potential for work disruption may be substantial without an overriding commitment to maintain continuity of work; and WHEREAS, the interests of the general public, the City, the Unions, and the Contractors/Employers are best served when construction work proceeds in an orderly manner without disruption because of strikes, sympathy strikes, work stoppages, picketing, lockouts, slowdowns or other interferences with work; and WHEREAS, the Contractors/Employers and the Unions desire to mutually establish and stabilize wages, hours and working conditions for the workers employed on City Projects and to encourage close cooperation among the Contractors/Employers and the Unions so that a satisfactory, continuous and harmonious relationship will exist; and WHEREAS, the parties seek to avoid the tensions that would arise on City Projects if Union and non -union workers of different employers were to work side by side on City Projects, potentially leading to labor disputes that could delay completion of City Projects; and WHEREAS, this Agreement is not intended to replace, interfere with, abrogate, diminish or modify existing local or national collective bargaining agreements in effect during the duration of City Projects, insofar as a legally binding agreement exists between the Contractors/Employers and the Unions, except to the extent that the provisions of this Agreement are inconsistent with said collective bargaining agreements, in which event the provisions of this Agreement shall prevail; and WHEREAS, the contract(s) for construction work on City Projects will be awarded in accordance with the applicable provisions of all state, local and federal laws; and WHEREAS, the parties to this Agreement pledge their full good faith and trust to work toward the mutually satisfactory completion of the City Projects; NOW, THEREFORE, IT IS AGREED BETWEEN AND AMONG THE PARTIES HERETO, AS FOLLOWS: ARTICLE I DEFINITIONS 1.1 "Agreement" means this Community Workforce Agreement. 1.2 "Agreement to be Bound" means the agreement (attached hereto as Addendum A) that shall be executed by each and every Contractor/Employer as a condition of working on a Project. Page 68 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement 1.3 "City" means the City of Fresno, California and its governing board, officers, agents and employees, including managerial personnel. 1.4 "City Resident" means an individual domiciled in the City. "Domiciled" has the meaning set forth in section 349(b) of the California Election Code, which cannot be a post office box. 1.5 "Completion" means that point at which there is Final Acceptance by the City of a Construction Contract and the City has filed a Notice of Completion. For purposes of this definition, "Final Acceptance" means that point in time at which the City has determined upon final inspection that the work has been completed in all respects and all required contract documents, contract drawings, warranties, certificates, manuals and data have been submitted and training completed in accordance with the contract documents and the City has executed a written acceptance of the work. 1.6 "Construction Contract" means the public works or improvement contract(s) (including design -bid, design -build, lease -leaseback or other contracts under which construction of City Projects is done) awarded by the City that are necessary to complete City Projects. 1.7 "Contractor(s)/Employer(s)" or "Contractor(s)" or "Employer(s)" means any individual, firm, partnership or corporation (including the prime contractor, general contractor, construction manager, project manager, design -build entity, lease -leaseback entity or equivalent entity), or combination thereof, including joint ventures, and their successors and assigns, that is an independent business enterprise and enters into a contract with the City with respect to the construction of any part of City Projects, and all contractors and subcontractors of any tier. 1.8 "Covered Work" means work on a Project that is described in Section 2.3, and not excluded pursuant to Section 2.4. 1.9 "Master Agreement" or "Schedule A" means the Master Collective Bargaining Agreement of each craft Union signatory hereto. 1.10 "New Local Apprentice" means a City Resident who both (i) is enrolled (or can be immediately enrolled) in a state -approved joint labor-management apprenticeship program and has progressed less than halfway toward the work hours needed to graduate from such program; and (ii) is a graduate of a Trades Council -recognized pre - apprenticeship program. 1.11 "Party" means the City, the Trades Council, and the Unions. 1.12 "Project" means a City awarded public works project as defined in California Labor Code Section 1720, where the engineer's estimate of the total cost of the project exceeds Page 69 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement one million dollars ($1,000,000). All Construction Contracts required to complete an integrated Project shall be considered in determining whether this threshold is met. For the purpose of application of this threshold to Job Order Contracts, the threshold shall be applied to each job order, rather than to the job order contract aggregate maximum; any individual job order above the threshold shall require application of this Agreement to such individual job order. The City and the Trades Council may mutually agree in writing to add additional projects or components to be covered by this Agreement. 1.13 "Project Manager" means the person(s) or entity(ies) designated by the City to oversee all phases of construction on a Project and the implementation of this Agreement. 1.14 "Trades Council" means the Fresno, Madera, Kings and Tulare Counties Building and Construction Trades Council. 1.15 "Transitional Housing" means housing the purpose of which is to facilitate the movement of homeless individuals and families into permanent housing within 24 months. 1.16 "Union" or "Unions" means the Trades Council and its affiliated local unions signatory to this Agreement, acting on their own behalf and on behalf of their respective affiliates and member organizations whose names are subscribed hereto and who have through their officers executed this Agreement. ARTICLE II SCOPE OF AGREEMENT 2.1 Parties: This Agreement applies to and is limited to all Contractors/Employers performing work under a Construction Contract on a Project (including subcontractors at any tier), and their successors and assigns, the City, the Trades Council, and its affiliated Unions signatory to this Agreement. 2.2 Applicability: This Agreement governs all Construction Contracts awarded on City Projects. For purposes of this Agreement, Construction Contracts shall be considered Completed as set forth in Section 1.5, except when the City directs a Contractor to engage in repairs, warranty work, modifications, or punch list work under a Construction Contract or when a Contractor performs work under a change order for a Construction Contract. 2.2.1 The terms of this Agreement will cover, and will fully apply to, any Contractor performing Project work, without regard to whether that Contractor performs work at other sites on either a union or non -union basis. This Agreement shall not apply to any work of any Contractor other than the Project work specifically covered by this Agreement. No Contractor shall be required to become signatory to a Union Schedule AAgreement as a result of performing Project work. 2.3 Covered Work: This Agreement covers, without limitation, all site preparation, surveying, construction, alteration, demolition, installation, improvement, remediation, Page 70 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement retrofit, painting or repair of buildings, structures and other works, and related activities for a Project that is within the craft jurisdiction of one of the Unions and that is directly or indirectly part of a Project, including, without limitation to the following examples, landscaping and temporary fencing, temporary HVAC, geotechnical and exploratory drilling, soils and materials testing and inspection, pipelines (including those in linear corridors built to serve a Project), pumps, pump stations, start-up, modular furniture installation, and final clean-up. This Agreement covers work done for a Project in temporary yards, dedicated sites, or areas adjacent to a Project, and at any on -site or off - site batch plant constructed to supply materials to a Project. 2.3.1 This Agreement applies to any start-up, calibration, commissioning, performance testing, repair, maintenance, and operational revisions to systems and/or subsystems for a Project performed after Completion, unless performed by City employees. 2.3.2 This Agreement covers all on -site fabrication work over which the City, Contractor(s)/Employer(s) or subcontractor(s) possess the right of control (including work done for a Project in any temporary yard or area established for a Project). This Agreement also covers any off -site work, including fabrication, that is traditionally performed by the Unions and is directly or indirectly part of a Project, provided such work is covered by a current Master Agreement or current local addenda to a national agreement of the applicable Union(s). 2.3.3 Except for the delivery of supplies, equipment or materials that are stockpiled for later use, this Agreement covers all construction trucking work, including the hauling and delivery of ready -mix, asphalt, aggregate, sand, soil or other fill or similar material that is directly incorporated into the construction process as well as the off- hauling of soil, sand, gravel, rocks, concrete, asphalt, excavation materials, construction debris and excess fill, material and/or mud. Contractor(s)/Employer(s), including brokers, of persons providing construction trucking work shall provide certified payroll records to the City within ten (10) days of written request or as required by the bid specifications. 2.3.4 Work covered by this Agreement within the following craft jurisdictions shall be performed under the terms of their National Agreements as follows: the National Transient Lodge (NTL) Articles of Agreement, the National Stack/Chimney Agreement, the National Cooling Tower Agreement, the National Agreement of Elevator Constructors, and any instrument calibration work and loop checking shall be performed under the terms of the UA/IBEW Joint National Agreement for Instrument and Control Systems Technicians, with the exception that Articles IV, XIV and XV of this Agreement shall apply to such work. 2.4 Exclusions: The following shall be excluded from the scope of this Agreement. Page 71 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement 2.4.1 This Agreement shall not apply to work performed by the City's own employees as permitted by the Public Contract Code. 2.4.2 This Agreement shall not apply to a Contractor/Employer's non -construction craft employees, managerial employees, administrative personnel, and supervisors above the level of general foreman, unless covered by a Master Agreement. 2.4.3 This Agreement shall not apply to a contract entered into with a professional service provider for a Project, as defined in Section 1.12, unless the professional service provider performs or subcontracts Covered Work, in which event the entity self -performing the Covered Work shall execute an Agreement to be Bound. Where applicable, the City shall include this requirement in the professional services contract. 2.4.4 This Agreement shall not apply to any non -Project work performed on or near or leading to the site of work covered by this Agreement that is undertaken by state, county, city, or other governmental bodies or their contractors. Work performed by public or private utilities including all electrical utility, voice -data -video, and security installation work ahead of and up to the electrical service entry connection or the main point of entry into the building shall be excluded. All electrical utility, voice - data -video, and security installation work performed after the electrical utility service entrance or the main point of entry shall be Covered Work. Additionally, all contracted work performed ahead of the service entrance connection and main point of entry that is inside the property line and provides for access to the building via a conduit or series of conduits shall be Covered Work. 2.4.5 This Agreement shall not apply to the off -site maintenance of leased equipment and on -site supervision of such work. 2.4.6 This Agreement does not apply to work by employees of, or contractors retained by, a manufacturer or vendor necessary to maintain such manufacturer's or vendor's warranty or guaranty, provided the manufacturer or vendor provides documentation showing that the warranty or guarantee specifically requires such employees or contractors to perform the work in order to preserve the warranty or guarantee, or provided the manufacturer or vendor demonstrates by an enumeration of specific tasks that the work cannot be performed by craft workers covered by this Agreement. 2.4.7 In circumstances requiring special knowledge, work may be performed by persons not covered by this Agreement provided that the Contractor/Employer or manufacturer responsible for such work demonstrates by an enumeration of specific tasks that the work cannot be performed by craft workers covered by this Agreement. A Contractor/Employer invoking this provision shall give notice to the Trades Council and the relevant Union(s), and such work shall be identified and Page 72 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement discussed by the Contractor/Employer at its Pre -Job Conference, or, if not known at the time of the Pre -Job Conference, shall be identified and discussed with the Trades Council and the relevant Union(s) once the work becomes known, including by holding a Pre -Job Conference if requested by the Trades Council or the relevant Union(s). 2.4.8 This Agreement shall not apply to work substantially funded by any federal, state, other local or public agency that prohibits the use of project labor agreements on projects receiving its funding, or the funding of projects on which such agreements are used. With respect to such work, the City agrees that it will make a reasonable effort to defend the application of this Agreement, including by making a written request to the funding source. Notwithstanding the foregoing, however, should only a specific provision of the Agreement be prohibited by the funding source, the parties shall modify the requirements of this Agreement accordingly, to advance the purposes of this Agreement to the maximum extent feasible without the loss of funding. 2.4.9 This Agreement shall not apply to work that is jointly performed with another public agency, unless the work is awarded by the City, or unless otherwise agreed to by the Parties on a case -by -case basis. With respect to such work jointly performed with another public agency, the City will make a request to the other public agency to apply the terms of this Agreement, or in the alternative, request that the other public agency communicate with City representatives and the Trades Council to discuss application of this Agreement. 2.4.10 This Agreement shall not apply to renovation of Transitional housing buildings or units, given the time sensitivity of such work. For the avoidance of doubt, this exclusion does not apply to new construction, nor to a total remodel where residents are not occupying the building or units. 2.5 Award of Contracts: It is understood and agreed that the City has the right to select any qualified bidder for the award of a Construction Contract under this Agreement. The bidder need only be willing, ready and able to execute and comply with this Agreement. It is further agreed that this Agreement shall be included in all invitations to bid or solicitations for proposals from contractors or subcontractors for work on a Project. The City shall provide a copy of all such invitations to bid to the Trades Council at the time of issuance. ARTICLE III EFFECT OF AGREEMENT 3.1 By executing this Agreement, the Trades Council, the Unions and the City agree to be bound by each and all of the provisions of the Agreement. Page 73 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement 3.2 By accepting the award of work under a Construction Contract for a Project, whether as a Contractor or subcontractor thereunder, all Contractors/Employers agree to be bound by each and every provision of this Agreement and agree to evidence their acceptance prior to the commencement of work by executing the Agreement to be Bound in the form attached hereto as Addendum A. 3.3 At the time that any Contractor/Employer enters into a subcontract with any subcontractor providing for the performance of work under a Construction Contract, the Contractor/Employer shall provide a copy of this Agreement to said subcontractor and shall require the subcontractor, as a condition of accepting the award of a construction subcontract, to agree in writing, by executing the Agreement to be Bound, to be bound by each and every provision of this Agreement prior to the commencement of work. The obligations of a Contractor may not be evaded by subcontracting. If the subcontractor refuses to execute the Agreement to be Bound, then such subcontractor shall not be awarded a Construction Contract on a Project. 3.4 This Agreement shall only be binding on the signatory parties hereto, and their successors and assigns, and shall not apply to the parents, affiliates, subsidiaries, or other ventures of any such party. Each Contractor shall alone be liable and responsible for its own individual acts and conduct and for any breach or alleged breach of this Agreement, except as otherwise provided by law or the applicable Master Agreement. Any dispute between the Union(s) and the Contractor(s) with respect to compliance with this Agreement shall not affect the rights, liabilities, obligations and duties between the Union(s) and other Contractor(s) party to this Agreement. 3.5 It is mutually agreed by the parties that any liability by a Union signatory to this Agreement shall be several and not joint. Any alleged breach of this Agreement by a Union shall not affect the rights, liabilities, obligations and duties between the Contractor(s) and the other Union(s) party to this Agreement. 3.6 The provisions of this Agreement, including the Schedule As incorporated herein by reference, shall apply to the work covered by this Agreement, notwithstanding the provisions of any other local, area and/or national agreements which may conflict with or differ from the terms of this Agreement. To the extent a provision of this Agreement conflicts with a Schedule A, the provision of this Agreement shall prevail. Where a provision of a Schedule A does not conflict with this Agreement, the provision of the Schedule A shall apply. ARTICLE IV WORK STOPPAGES, STRIKES. SYMPATHY STRIKES AND LOCKOUTS 4.1 The Unions, the City, and the Contractor(s)/Employer(s) covered by this Agreement agree that for the duration of a Project: Page 74 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement 4.1.1 There shall be no strikes, sympathy strikes, work stoppages, picketing, handbilling or otherwise advising the public that a labor dispute exists, or slowdowns of any kind, for any reason, by the Unions or employees employed on a Project, at the job site of a Project or any other City facility because of a dispute on a Project. Disputes arising between the Unions and Contractor(s)/ Employer(s) on other City projects are not governed by the terms of the Agreement or this Article. 4.1.2 There shall be no lockout of any kind by a Contractor/Employer of workers employed on a Project. 4.1.3 If a Master Agreement expires before the Contractor/Employer completes the performance of work under a Construction Contract and the Union or Contractor/Employer gives notice of a demand for a new or modified Master Agreement, the Union agrees that it will not strike on work covered by this Agreement and the Union and the Contractor/Employer agree that the expired Master Agreement will continue in full force and effect for work covered under this Agreement until a new or modified Master Agreement is reached. If the new or modified Master Agreement provides that any terms of the Master Agreement shall be retroactive, the Contractor/ Employer agrees to comply with any retroactive terms of the new or modified Master Agreement that are applicable to any employee(s) on a Project during the interim, with retroactive payment due within seven (7) calendar days of the effective date of the new or modified Master Agreement. 4.1.4 In the case of nonpayment of wages or trust fund contributions on a Project, the Union shall give the City and the Contractor/Employer three (3) business days' notice when nonpayment of trust fund contributions has occurred, and one (1) business day's notice when nonpayment of wages has occurred or when paychecks being tendered to a financial institution normally recognized to honor such paychecks will not honor such paycheck, of the intent to withhold labor from the Contractor/Employers' or their subcontractor's workforce, during which time the Contractor/Employer may correct the default. In this instance, a Union's withholding of labor (but not picketing) from a Contractor/Employer who has failed to pay its fringe benefit contributions or failed to meet its weekly payroll shall not be considered a violation of this Article. 4.1.5 Notification: If the City or any Contractor contends that any Union has violated this Article, it will so notify in writing the Senior Executive of the Trades Council and the Senior Executive of the Union, setting forth the facts alleged to violate the Article, prior to instituting the expedited arbitration procedure set forth below. The Trades Council will immediately use its best efforts to cause the cessation of any violation of this Article. The leadership of the Union will immediately inform the workers of their obligations under this Article. A Union Page 75 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement complying with this obligation shall not be held responsible for the unauthorized acts of employees it represents. 4.2 Expedited Arbitration: Any party to this Agreement shall institute the following procedure, prior to initiating any other action at law or equity, when a breach of this Article is alleged to have occurred. 4.2.1 A party invoking this procedure shall notify Robert Hirsch, as the permanent arbitrator, or Barry Winograd, as the alternate arbitrator, under this procedure. In the event the permanent arbitrator is unavailable at any time, the alternate will be contacted. If neither is available, the parties shall select the arbitrator from the list in Section 14.4. Notice to the arbitrator shall be by the most expeditious means available, with notice by email and telephone to the City, the involved Contractor, and the party alleged to be in violation, and to the Trades Council and involved local Union if a Union is alleged to be in violation. 4.2.2 Upon receipt of said notice, the City will contact the permanent arbitrator named above, or the alternate if the permanent arbitrator is not available, who will attempt to convene a hearing within twenty-four (24) hours if it is contended that the violation still exists. 4.2.3 The arbitrator shall notify the parties by email and telephone of the place and time for the hearing. Said hearing shall be completed in one session, which, with appropriate recesses at the arbitrator's discretion, shall not exceed twenty- four (24) hours unless otherwise agreed upon by all parties. A failure of any party to attend said hearings shall not delay the hearing of evidence or the issuance of an award by the arbitrator. 4.2.4 The sole issue at the hearing shall be whether or not a violation of Section 4.1 of the Agreement has occurred. The arbitrator shall have no authority to consider any matter of justification, explanation or mitigation of such violation or to award damages, which issue is reserved for court proceedings, if any. The award shall be issued in writing within three (3) hours after the close of the hearing, and may be issued without a written opinion. If any party desires a written opinion, one shall be issued within fifteen (15) calendar days, but the parties shall not delay compliance with or enforcement of the award due to the issuance of a written opinion. The arbitrator may order cessation of the violation of this Article, and the arbitrator's award shall be served on all parties by hand or registered mail upon issuance. Should a party found in violation of this Article fail to comply with the arbitrator's award ordering the party to cease the violation, the party in violation shall pay to the affected party as liquidated damages the sum of ten thousand dollars ($10,000.00) per shift for which it failed to comply, or portion thereof, until such violation is ceased. The arbitrator shall retain jurisdiction to resolve any disputes regarding the liquidated damages claimed under this section. Page 76 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement 4.2.5 The arbitrator's award may be enforced by any court of competent jurisdiction upon the filing of this Agreement and all other relevant documents referred to above in the following manner. The party filing such enforcement proceedings shall give written notice to the other party. In a proceeding to obtain a temporary order enforcing the arbitrator's award as issued under this Article, all parties waive the right to a hearing and agree that such proceeding may be ex parte. However, such agreement does not waive any party's right to seek or participate in a hearing for a final order of enforcement. Any court order enforcing the arbitrator's award shall be served on all parties by hand or delivered by certified mail. 4.2.6 Any rights created by statute or law governing arbitration proceedings inconsistent with the above procedure, or which interfere with compliance with the above procedure, are waived by the parties. 4.2.7 The fees and expenses of the arbitrator shall be divided equally between the party instituting the arbitration proceedings provided in this Article and the party alleged to be in breach of its obligation under this Article. 4.2.8 Should either the permanent or the alternate arbitrator identified above no longer work as a labor arbitrator, the City and the Trades Council shall mutually agree to a replacement. ARTICLE V PRE -JOB CONFERENCES 5.1 Timing: The Project Manager shall convene and conduct, at a location and time mutually agreeable to the Trades Council, a pre job conference with the Unions and the representatives of all involved Contractors/Employers, who shall be prepared to announce craft assignments and discuss in detail the scope of work and the other issues set forth below, at least fourteen (14) calendar days prior to: (a) The commencement of any Project work, and (b) The commencement of Project work on any subsequently awarded Construction Contract. 5.2 The pre job conference shall be attended by a representative of each participating Contractor and each affected Union, and the Trades Council and City may attend at their discretion. 5.3 The pre job conference shall include but not be limited to the following subjects: (a) A listing of each Contractor and subcontractor and their scope of work; Page 77 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement (b) The craft assignments; (c) The estimated number of craft workers required to perform the work; (d) Transportation arrangements; (e) The estimated start and completion dates of the work; and (f) Discussion of pre -fabricated materials. 5.4 Joint Administrative Committee: This Agreement is intended to provide close cooperation between management and labor. To that end, the City shall designate two representatives and the Trades Council shall designate two representatives to serve on a Joint Administrative Committee ("JAC"), each of whom may designate an alternate. JAC members may invite participation by a Contractor or Union as needed. The JAC shall meet quarterly and at the request of any member, to review progress of Projects and to discuss matters of general concern, such as safety and security. The JAC shall serve as a forum to foster communication between management and labor, and to assist the Unions and the Contactors to complete Projects in an economically efficient manner without interruption, delays or work stoppages. 5.4.1 The JAC shall participate in the drafting of reports to City Council regarding the status of targeted objectives under this Agreement, including the local hiring and apprenticeship provisions herein. 5.4.2 The JAC shall have no authority to review grievances or disputes involving this Agreement, which are subject to the applicable grievance procedure. ARTICLE VI NO DISCRIMINATION 6.1 The Contractors/Employers and the Unions agree to comply with all anti- discrimination provisions of federal, state, and local law, to protect employees and applicants for employment, on a Project. ARTICLE VII UNION SECURITY 7.1 The Contractors/Employers recognize the Unions as the sole bargaining representative of all craft employees working within the scope of this Agreement, and all such employees must be represented by a Union for the duration of their employment on a Project. Page 78 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement 7.2 The Contractors/Employers shall make and transmit all deductions for Union dues, fees, and assessments that have been authorized by employees in writing in accordance with the applicable Master Agreement. This Agreement does not require any employee of a non -union Contractor/Employer to join a Union or to pay dues or fees to a Union as a condition of working on a Project; however, nothing in this Article is intended to supersede the independent requirements of the applicable Master Agreements as to Contractors/Employers signatory to such Master Agreements and as to employees of those Contractors/Employers who are performing Covered Work. 7.3 Authorized representatives of the Unions shall have access to a Project whenever work covered by this Agreement is being, has been, or will be performed on a Project. ARTICLE VIII REFERRAL 8.1 Contractor(s)/Employer(s) performing construction work on a Project shall, in filling craft job requirements, utilize and be bound by the registration facilities and referral systems established or authorized by the Unions signatory hereto. The Contractor(s)/Employer(s) shall have the right to reject any applicant referred by the Union(s), in accordance with the applicable Master Agreement. 8.2 Contra cto r(s)/E m ploye r(s) shall have the unqualified right to select and hire directly all supervisors above the level of general foreman it considers necessary and desirable, without such persons being referred by the Union(s), unless such craft construction employee is covered by a Master Agreement. 8.3 Core Workers: Contractor(s)/Employer(s) that are not signatory to a Master Agreement may request by name, and the Union will honor, referral of Core Workers as journeypersons for Project work who have been on the Contractor/Employer's active payroll for at least sixty (60) out of the one hundred (100) working days prior to the request, and who possess all licenses and certifications required to perform the work ("Core Workers"). 8.3.1 The Union will refer to the Contractor one journeyperson employee from the hiring hall then one Core Worker for the affected trade or craft. This process shall be repeated, one and one, until the Contractor's workforce has a maximum of five(5) Core Workers. Thereafter, all of the Contractor's additional employees performing Covered Work shall be hired from the Union's hiring hall out -of -work list(s). 8.3.2 When the Contractor's workforce is reduced, employees shall be reduced so as to maintain the same ratio of Core Workers to hiring hall referrals as was applied in the initial hiring. Page 79 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement 8.3.3 The Contractor shall provide the appropriate Union with the name and all necessary information for each Core Worker, and each Core Worker shall register with the Union's hiring hall and comply with Article VI before commencing work on a Project. If there is any question regarding an employee's eligibility as a Core Worker under this section, the Contractor shall provide the Union with written records demonstrating eligibility. 8.4 In the event that referral facilities maintained by the Union(s) are unable to fill the requisition of a Contractor/Employer for employees within a forty-eight (48) hour period (Saturdays, Sundays and Holidays excluded) after such requisition is made by the Contractor/Employer, the Contractor/Employer shall be free to obtain the worker(s) from any source. A Contractor/Employer who hires a worker(s) to perform Covered Work on a Project pursuant to this section shall immediately provide the appropriate Union with the name and address of such worker(s) and shall immediately refer such worker(s) to the appropriate Union to satisfy the requirements of this Agreement. ARTICLE IX LOCAL HIRING PROGRAM 9.1 It is in the interest of the parties to this Agreement to facilitate employment of City Residents to construct City Projects. To that end, the Unions agree to exert their utmost efforts to recruit a sufficient number of craft persons to fulfill the referral requests of Contractors/Employers for City Projects, consistent with this Article. 9.2 To the maximum extent allowed by law and consistent with the Unions' hiring hall referral provisions set forth in Master Agreements, City residents shall be requested by the Contra ctor(s)/E m p loye r(s) and dispatched by the applicable Union(s). 9.3 Each Contractor shall either demonstrate satisfaction of the Percentage Requirements in Section 9.4 below, or demonstrate satisfaction of the good faith efforts set forth in Section 9.5 below. 9.4 Percentage Requirements: For each Project, each Contractor shall make best faith efforts to satisfy the following percentage requirements (the "Percentage Requirements"): 9.4.1 at least 50 percent of all journey -level Project work hours performed by City Residents; 9.4.2 at least 55 percent of all apprentice -level Project work hours performed by City Residents; 9.4.3 at least 30 percent of all apprentice -level Project work hours performed by New Local Apprentices. Page 80 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement 9.5 Each Contractor must take the following steps in an attempt to utilize City Residents to satisfy the Percentage Requirements: 9.5.1 City Residents/Journey level Hours. Contractor may assign current crew members who are City Residents to a Project. If staffing with Contractor's current crew members does not enable satisfaction of the Percentage Requirement of Section 9.4.1, the Contractor shall request referral of needed City Residents from the appropriate Union hiring hall, using "name call," "rehire," or other available procedures to satisfy the Percentage Requirement of Section 9.4.1. All requests for referrals under this subsection shall be in writing. 9.5.2 City Residents/Apprentice Hours. Contractor may assign current crew members who are City Residents and apprentices registered in a joint labor- management apprenticeship program to a Project. If staffing with Contractor's current crew members does not enable satisfaction of the Percentage Requirement of Section 9.4.2, the Contractor shall request referral of needed City Resident apprentices from the appropriate Union hiring hall or joint labor management apprenticeship program, using "name call," "rehire," or other available procedures to satisfy the Percentage Requirement of Section 9.4.2. All requests for referrals under this subsection shall be in writing. 9.5.3 New Local Apprentices. Contractor may assign current crew members who are New Local Apprentices to a Project. If staffing with Contractor's current crew members does not enable satisfaction of the Percentage Requirement of Section 9.4.3, the Contractor shall request referral of New Local Apprentices from the appropriate Union hiring hall or joint labor management apprenticeship program, using "name call," "rehire," or other available procedures to satisfy the Percentage Requirement of Section 9.4.3. All requests for referrals under this subsection shall be in writing. 9.6 Union hiring halls and, where applicable, joint apprenticeship programs, will refer apprentices to non -signatory Contractors/Employers upon request provided the Contractors/Employers submit the forms required by the Department of Industrial Relations. 9.7 Oversight and Enforcement. Contractor requirements of the Local Hiring Program shall be terms of the prime contracts awarded by the City and subcontracts awarded by Contractors. Enforcement actions shall be pursuant to contract compliance procedures set forth in such contracts. Hours worked by workers who reside in states other than California shall not be considered in compliance determinations regarding the Local Hiring Program. Upon request by the City, Contractors shall submit copies of all information necessary to determine Contractor compliance with the Local Hiring Program, including dispatch requests and responses, records regarding hiring decisions of City Residents and New Local Apprentices who were referred but not hired, and any other relevant information requested by the City. Page 81 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement 9.8 Federally -Funded Projects: The requirements of this Article IX shall not apply to Projects for which a federal funding source prohibits such application. However, if a federal funding source requires alternative hiring goals or requirements (such as in federal Executive Order 11246), then such requirements shall apply, and all requirements and procedures set forth in this Article shall be utilized to implement the alternative hiring goals or requirements imposed by the federal funding source. The City shall notify the Trades Council in the event that federal hiring goals supplant this Article. ARTICLE X WAGES AND BENEFITS 10.1 The Contractors/Employers agree to pay contributions to the vacation, pension and/or other deferred compensation plan, apprenticeship, worker protection and assistance, and health benefit funds established by the applicable Master Agreement(s) for each hour worked on a Project, in the amounts designated in the applicable Master Agreement(s). 10.2 By signing this Agreement, the Contractors/Employers adopt and agree to be bound by the written terms of the legally established Trust Agreements described in Section 10.1, which may from time to time be amended, specifying the detailed basis upon which payments are to be made into, and benefits paid out of, such Trust Funds. The Contractors/Employers authorize the parties to such local Trust Agreements to appoint trustees and successor trustees to administer the Trust Funds and hereby ratify and accept the trustees so appointed as if they were appointed by the Contractors/Employers. The Contractors/Employers agree to execute a separate subscription agreement(s) when such Trust Fund(s) requires such document(s). 10.3 Wages, Hours, Terms and Conditions of Employment: The wages, hours and other terms and conditions of employment on City Projects shall be governed by the Master Agreement of the respective craft, to the extent such MasterAgreement is not inconsistent with this Agreement. Where a subject is covered by the Master Agreement and not covered by this Agreement, the Master Agreement will prevail. When a subject is covered by both the Master Agreement and this Agreement, to the extent there is any inconsistency, this Agreement will prevail. 10.4 Holidays: Holidays shall be as set forth in the applicable Master Agreement. ARTICLE XI APPRENTICES 11.1 Recognizing the need to develop adequate numbers of competent workers in the construction industry, including on public works projects, the Contractors/Employers shall employ apprentices from a California state -approved Joint Apprenticeship Training Page 82 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement Program in their respective crafts, to perform such work as is within their capabilities and that is customarily performed by the craft in which they are indentured. 11.2 Apprentice ratios will be in compliance with the provisions of the California Labor Code and the applicable state prevailing wage determination. 11.3 Consistent with the Master Agreements, there shall be no restriction on the utilization of apprentices in performing the work of their craft provided they are properly indentured and supervised. ARTICLE XII HELMETS TO HARDHATS 12.1 The Contractors/Employers and Unions recognize a desire to facilitate the entry into the building and construction trades of veterans who are interested in careers in the building and construction industry. The Contractors/Employers and Unions agree to utilize the services of the Center for Military Recruitment, Assessment and Veterans Employment (hereinafter "Center") and the Center's "Helmets to Hardhats" program to serve as a resource for preliminary orientation, assessment of construction aptitude, referral to apprenticeship programs or hiring halls, counseling and mentoring, support network, employment opportunities and other needs as identified by the parties. 12.2 The Unions and Contractors/Employers agree to coordinate with the Center to participate in an integrated database of veterans interested in working on Projects and of apprenticeship and employment opportunities for Projects. To the extent permitted by law, the Unions will give credit to such veterans for bona fide, provable past experience. ARTICLE XIII COMPLIANCE 13.1 It shall be the responsibility of the Contractors/Employers and Unions to investigate and monitor compliance with the provisions of Article IX of this Agreement. Nothing in this Agreement shall be construed to interfere with or supersede the usual and customary legal remedies available to the Unions and/or employee benefit Trust Funds to collect delinquent wages or Trust Fund contributions from Contractors/Employers on the Projects. Because the Projects are public works subject to the California Labor Code, the City shall monitor and enforce the Contractors/Employers' compliance with state prevailing wage requirements as well as this Agreement. ARTICLE XIV GRIEVANCE ARBITRATION PROCEDURE 14.1 Project Labor Disputes: All disputes involving the application or interpretation of a Master Agreement to which a Contractor/Employer and a Union are parties shall be Page 83 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement resolved pursuant to the resolution procedures of the Master Agreement. All disputes relating to the interpretation or application of this Agreement, other than disputes under Article IV and Article XV, shall be subject to resolution by the grievance arbitration procedures set forth in this Article. 14.2 Employee Discipline: All disputes involving the discipline and/or discharge of an employee working on a Project shall be resolved through the grievance and arbitration provisions contained in the Master Agreement for the craft of the affected employee. No employee working on a Project shall be disciplined or discharged without just cause. 14.3 No grievance shall be recognized unless the grieving party (Union or District Council on its own behalf, or on behalf of an employee whom it represents, or a Contractor/Employer on its own behalf) provides notice in writing to the party with whom it has a dispute within five (5) business days after becoming aware of the dispute but in no event more than thirty (30) business days after it reasonably should have become aware of the event giving rise to the dispute. Time limits may be extended by mutual agreement of the parties. 14.4 Grievances shall be settled according to the following procedures: Step 1: Within five (5) business days after the receipt of the written notice of the grievance, the representative of the involved Union or District Council, or his/her designee, and the representative of the involved Contractor/Employer, shall confer and attempt to resolve the grievance. Step 2: If the grievance is not resolved at Step 1, within five (5) business days of the Step 1 meeting or the conclusion of efforts to resolve the grievance at Step 1, the alleged grievance may be referred in writing by either involved party to the Business Manager(s) of the affected Union(s) involved and the Labor Relations Manager of the Contractor/Employer, or the Contractor/Employer's designated representative, for discussion and resolution. This time limit may be extended by mutual consent of both parties. Regardless of which party has initiated the grievance, the Union shall notify its International Union representative prior to the Step 2 meeting, and the International Union representative shall advise if it intends to participate in the Step 2 meeting. The Project Manager and the Trades Council shall have the right to participate in any efforts to resolve the dispute at Step 2. Step 3: If the grievance is not resolved at Step 2, either party may request the dispute be submitted to arbitration within five (5) business days of the Step 2 meeting or the conclusion of efforts to resolve the grievance at Step 2. This time limit may be extended by mutual consent of both parties. Within five (5) business days after referral of a dispute to arbitration, the representatives shall notify the permanent arbitrator designated in Article IV, or if not available, the alternate arbitrator designated in Article IV, for final and binding arbitration. If the permanent arbitrator or the alternate is not available, an arbitrator shall be selected by the Page 84 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement alternate striking method from the list of three (3) below. The order of striking names from the list of arbitrators shall be determined by a coin toss, the winner of which shall decide whether they wish to strike first or second. 1. Carol Vendrillo 2. David Weinberg 3. Mark Keppler 14.5 The decision of the arbitrator shall be final and binding on all parties. The arbitrator shall have no authority to change, amend, add to or detract from any of the provisions of the Agreement. The expense of the arbitrator shall be borne equally by both parties. The arbitrator shall arrange for a hearing on the earliest available date from the date of his/her selection. A decision shall be given to the parties within five (5) calendar days after completion of the hearing unless such time is extended by mutual agreement. A written opinion may be requested by a party from the presiding arbitrator. 14.6 The time limits specified at any step of the grievance procedure may be extended by mutual agreement of the parties. However, failure to process a grievance, or failure to respond in writing within the time limits provided above, without an agreed upon extension of time, shall be deemed a waiver of such grievance without prejudice, or without precedent to the processing and/or resolution of like or similar grievances or disputes. 14.7 In order to encourage the resolution of disputes and grievances at Steps 1 and 2 of this grievance procedure, the parties agree that such settlements shall not be precedent setting. 14.8 Should any of the arbitrators listed in this Article or Article IV no longer work as a labor arbitrator, the City and the Trades Council shall mutually agree to a replacement. ARTICLE XV WORK ASSIGNMENTS AND JURISDICTIONAL DISPUTES 15.1 The assignment of Covered Work will be solely the responsibility of the Employer performing the work involved; and such work assignments will be in accordance with the Plan for the Settlement of the Jurisdictional Disputes in the Construction Industry (the "Plan") or any successor Plan. 15.2 All jurisdictional disputes on this Project between or among the building and construction trades Unions and the Employers parties to this Agreement, shall be settled and adjusted according to the present Plan established by the Building and Construction Trades Department or any other plan or method of procedure that may be adopted in the future by the Building and Construction Trades Department. Decisions rendered shall be final, binding and conclusive on the Employers and Unions parties to this Agreement. Page 85 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement 15.3 If, a dispute arising under this Article involves the Northern California Carpenters Regional Council or any of its subordinate bodies, an arbitrator shall be chosen by the procedures specified in Article V, Section 5 of the Plan from a list composed of John Kagel, Thomas Angelo, Robert Hirsch and Thomas Pagan, and the arbitrator's hearing on the dispute shall be held at the offices of the California State Building and Construction Trades Council in Sacramento, California within fourteen (14) calendar days of the selection of the arbitrator. All other procedures shall be as specified in the Plan. 15.4 All jurisdictional disputes shall be resolved without the occurrence of any strike, work stoppage, or slow -down of any nature, and the Employer's assignment shall be adhered to until the dispute is resolved. Individual employees violating this section shall be subject to immediate discharge. 15.5 Each Employer will conduct a pre -job conference with the Trades Council prior to commencing work. The City and the Project Manager will be advised in advance of all such conferences and may participate if they wish. Pre -job conferences for different Employers may be held together. ARTICLE XVI MANAGEMENT RIGHTS 16.1 Consistent with the Schedule A agreements, the Contractor(s)/Employer(s) shall retain full and exclusive authority for the management of their operations, including the right to direct their work force in their sole discretion. No rules, customs or practices shall be permitted or observed which limit or restrict production, or limit or restrict the working efforts of employees, except that all lawful manning provisions in the Master Agreement shall be recognized. ARTICLE XVII DRUG AND ALCOHOL TESTING 17.1 The use, sale, transfer, purchase and/or possession of a controlled substance, alcohol and/or firearms at any time during the work day is prohibited. 17.2 Drug and alcohol testing shall be conducted in accordance with the substance abuse prevention policies set forth in the applicable Schedule A. ARTICLE XVIII SAVINGS CLAUSE 18.1 If any article, provision, clause, sentence or word of this Agreement is determined to be illegal or void as being in contravention of any applicable law, by a court of competent jurisdiction, the remainder of the Agreement shall remain in full force and Page 86 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement effect. The parties further agree that if any article, provision, clause, sentence or word of the Agreement is determined to be illegal or void, by a court of competent jurisdiction, the parties shall substitute, by mutual agreement, in its place and stead, an article, provision, clause, sentence or word that will meet the objections to its validity and will be in accordance with its original intent. If the parties are unable to agree on substitute language, then the entire Agreement shall be null and void. 18.2 If a court of competent jurisdiction determines that all or part of the Agreement is invalid and/or enjoins the City from complying with all or part of the Agreement's provisions, and the City accordingly determines that compliance with this Agreement will not be required in order to perform work under a Construction Contract, the Unions will no longer be bound by the provisions of Article IV. ARTICLE XIX TERM 19.1 This Agreement shall be included in all bid documents, requests for proposals, or other equivalent Project solicitations, which shall indicate that entering into this Agreement is a condition of the award of a Construction Contract(s) for each Project. 19.2 This Agreement shall apply until the Completion of each Project in accordance with Sections 1.5 and 2.2. 19.3 This Agreement shall become effective 120 days after it is executed by the City and the Trades Council and shall remain in effect until the five (5) year anniversary of the effective date. During this term, the City administration shall prepare annual reports to the City Council on Agreement implementation and results of the Local Hiring Program, which reports shall be provided to the JAC for review and comment prior to submission to the City Council. The Unions, Trades Council, and Contractors shall provide to the administration requested information relevant to such reports, including information regarding referrals from hiring halls for Covered Work on Projects. Upon the two-year anniversary of the effective date, if the Percentage Requirements set forth in the Local Hiring Program are not being met on all Projects in aggregate, the City shall provide the Trades Council with written notice. Upon receipt of such notice, the Trades Council and the City shall meet and confer regarding whether to modify the Local Hiring Program in order to improve outcomes and meet the Percentage Requirements, with any such modifications made upon mutual agreement by the Trades Council and the City. A similar process will take place on the third and fourth anniversaries of the effective date. 19.4 Approximately ninety (90) days prior to the five (5) year anniversary of the effective date of this Agreement, at the request of either party, the City and Trades Council shall meet to discuss whether to extend this Agreement, and, if so, the proposed terms of such extension including any proposed changes to the Agreement. ARTICLE XX Page 87 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement MISCELLANEOUS PROVISIONS 20.1 The section headings contained in this Agreement are inserted for convenience only and shall not affect in any way the meaning or interpretation of this Agreement. All defined terms used in this Agreement shall be deemed to refer to the singular and/or plural, in each instance as the context and/or particular facts may require. 20.2 This Agreement may be executed in counterparts, such that original signatures may appear on separate pages and when bound together all necessary signatures shall constitute an original. Faxed or emailed signature pages transmitted to other parties to this Agreement shall be deemed the equivalent of original signatures. 20.3 Each of the persons signing this Agreement represents and warrants that such person has been duly authorized to sign this Agreement on behalf of the party indicated, and each of the parties signing this Agreement warrants and represents that such party is legally authorized and entitled to enter into this Agreement. 20.4 The parties acknowledge that this is a negotiated agreement, that they have had the opportunity to have this Agreement reviewed by their respective legal counsel, and that the terms and conditions of this Agreement are not to be construed against any party on the basis of such party's draftsmanship thereof. 20.5 All defined terms used in this Agreement shall be deemed to refer to the singular and/or plural, in each instance as the context and/or particular facts may require. Addendum A AGREEMENT TO BE BOUND [Date] [Addressee] [Address] Re: City of Fresno Community Workforce Agreement Agreement to be Bound Dear: The undersigned confirms that it agrees to be a party to and bound by the City of Fresno Community Workforce Agreement ("Agreement") as such Agreement may, from time to time, be amended by the parties or interpreted pursuant to its terms. By executing this Agreement to be Bound, the undersigned subscribes to, adopts and agrees to be bound by the written terms of the legally established trust fund documents Page 88 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement as set forth in Section 10.1 of the Agreement, as they may from time to time be amended, specifying the detailed basis upon which contributions are to be made into, and benefits made out of, such trust funds, and ratifies and accepts the trustees appointed by the parties to such trust funds. The undersigned agrees to execute a separate subscription agreement(s) for such trust funds when such trust fund(s) require(s) such document(s). The obligation to be a party to and bound by the Agreement shall extend to all work covered by the Agreement undertaken by the undersigned. The undersigned shall require all of its subcontractors, of whatever tier, to become similarly bound for all their work within the scope of the Agreement by signing an identical Agreement to be Bound. This letter shall constitute a subscription agreement, to the extent of the terms of the letter. CONTRACTOR/SUBCONTRACTOR: California Contractor State License No. or Motor Carrier (CA) Permit No.: Name of Authorized Person (Print): Signature of Authorized Person: Title of Authorized Person: Telephone Number of Authorized Person: (Continued) Address of Authorized Person State Public Works Registration Number Page 89 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement Addendum B SIDE LETTER The parties recognize that the capacity to perform slurry seal maintenance work may not exist locally. Their mutual intent is to facilitate the creation of such capacity locally over time, Accordingly, the parties agree that with respect to slurry seal maintenance work that may otherwise be covered by this agreement, in the event the City receives no responsive bids, the parties agree to meet and confer. The parties may mutually agree to exclude such projects from coverage under this Agreement, or agree to modify the terms of this Agreement for the purpose of such projects. If the parties cannot agree, the City Manager may recommend to the City Council the exclusion of such projects from PLA coverage. The parties further recognize that significant, new federal resources may become available after the effective date of this Agreement, and that such resources may require changes to this Agreement in order to ensure that the City can take full advantage of such resources. The parties' mutual goal is to ensure that nothing in this Agreement will impair the City's ability to apply for and receive such new funding, and that they will endeavor to Page 90 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 4 — Community Workforce Agreement agree on any necessary changes to ensure compliance with any new federal regulations governing such funding. Page 91 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 5 — Insurance Requirements INSURANCE REQUIREMENTS Page 92 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 5 — Insurance Requirements INSURANCE REQUIREMENTS 1. Throughout the life of this Agreement, CONTRACTOR shall pay for and maintain in full force and effect all insurance as required herein with an insurance company(ies) either (i) admitted by the California Insurance Commissioner to do business in the State of California and rated no less than "A-VII" in the Best's Insurance Rating Guide, or (ii) as may be authorized in writing by CITY'S Risk Manager or his/her designee at any time and in his/her sole discretion. The required policies of insurance as stated herein shall maintain limits of liability of not less than those amounts stated therein. However, the insurance limits available to CITY, its officers, officials, employees, agents, and volunteers as additional insureds, shall be the greater of the minimum limits specified therein or the full limit of any insurance proceeds to the named insured. 2. If at any time during the life of the Agreement or any extension, CONTRACTOR or any of its subcontractors fail to maintain any required insurance in full force and effect, all services and work under this Agreement shall be discontinued immediately, and all payments due or that become due to CONTRACTOR shall be withheld until notice is received by CITY that the required insurance has been restored to full force and effect and that the premiums therefore have been paid for a period satisfactory to CITY. Any failure to maintain the required insurance shall be sufficient cause for CITY to terminate this Agreement. No action taken by CITY pursuant to this section shall in any way relieve CONTRACTOR of its responsibilities under this Agreement. The phrase "fail to maintain any required insurance" shall include, without limitation, notification received by CITY that an insurer has commenced proceedings, or has had proceedings commenced against it, indicating that the insurer is insolvent. 3. The fact that insurance is obtained by CONTRACTOR shall not be deemed to release or diminish the liability of CONTRACTOR, including, without limitation, liability under the indemnity provisions of this Agreement. The duty to indemnify CITY shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of CONTRACTOR, vendors, suppliers, invitees, consultants, sub -contractors, subcontractors, or anyone employed directly or indirectly by any of them. Coverage shall be at least as broad as: a. The most current version of Insurance Services Office (ISO) Commercial General Liability Coverage Form CG 00 01, providing liability coverage arising out of your business operations. The Commercial General Liability policy shall be written on an occurrence form and shall provide coverage for "bodily injury," "property damage" and "personal and advertising injury" with coverage for premises and operations (including the use of owned and non -owned equipment), products and completed operations, and contractual liability Page 93 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 5 — Insurance Requirements (including, without limitation, indemnity obligations under the Agreement) with limits of liability not less than those set forth under "Minimum Limits of Insurance." b. The most current version of ISO *Commercial Auto Coverage Form CA 00 01, providing liability coverage arising out of the ownership, maintenance, or use of automobiles in the course of your business operations. The Automobile Policy shall be written on an occurrence form and shall provide coverage for all owned, hired, and non -owned automobiles or other licensed vehicles (Code 1- Any Auto). c. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. MINIMUM LIMITS OF INSURANCE CONTRACTOR shall procure and maintain for the duration of the contract, and for 5 years thereafter, insurance with limits of liability not less than those set forth below. However, insurance limits available to CITY, its officers, officials, employees, agents, and volunteers as additional insureds, shall be the greater of the minimum limits specified herein or the full limit of any insurance proceeds available to the named insured: 1. COMMERCIAL GENERAL LIABILITY a. $2,000,000 per occurrence for bodily injury and property damage; b. $2,000,000 per occurrence for personal and advertising injury; c. $4,000,000 aggregate for products and completed operations; and, d. $4,000,000 general aggregate applying separately to the work performed under the Agreement. 2. COMMERCIAL AUTOMOBILE LIABILITY $1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation Insurance as required by the State of California with statutory limits and EMPLOYER'S LIABILITY with limits of liability not less than: a. $1,000,000 each accident for bodily injury; b. $1,000,000 disease each employee; and, c. $1,000,000 disease policy limit. Page 94 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 5 — Insurance Requirements 4. BUILDERS RISK (Course of Construction) insurance in an amount equal to the completed value of the project with no coinsurance penalty provisions. (Only required if the project includes new construction of a building, or renovation of, or addition to, an existing building.) 5. CONTRACTORS' POLLUTION LEGAL LIABILITY with coverage for bodily injury, property damage or pollution clean-up costs that could result from of pollution condition, both sudden and gradual. Including a discharge of pollutants brought to the work site, a release of pre-existing pollutants at the site, or other pollution conditions with limits of liability of not less than the following: a. $1,000,000 per occurrence or claim; and, b. $2,000,000 general aggregate per annual policy period. In the event this Agreement involves the transportation of hazardous material, either the Commercial Automobile policy or other appropriate insurance policy shall be endorsed to include Transportation Pollution Liability insurance covering materials to be transported by CONTRACTOR pursuant to the Agreement. UMBRELLA OR EXCESS INSURANCE In the event CONTRACTOR purchases an Umbrella or Excess insurance policy(ies) to meet the "Minimum Limits of Insurance," this insurance policy(ies) shall "follow form" and afford no less coverage than the primary insurance policy(ies). In addition, such Umbrella or Excess insurance policy(ies) shall also apply on a primary and non- contributory basis for the benefit of the CITY, its officers, officials, employees, agents, and volunteers. DEDUCTIBLES AND SELF -INSURED RETENTIONS CONTRACTOR shall be responsible for payment of any deductibles contained in any insurance policy(ies) required herein and CONTRACTOR shall also be responsible for payment of any self -insured retentions. Any self -insured retentions must be declared on the Certificate of Insurance, and approved by, the CITY'S Risk Manager or his/her designee. At the option of the CITY'S Risk Manager or his/her designee, either: The insurer shall reduce or eliminate such self -insured retentions as respects CITY, its officers, officials, employees, agents, and volunteers; or 2. CONTRACTOR shall provide a financial guarantee, satisfactory to CITY'S Risk Manager or his/her designee, guaranteeing payment of losses and related investigations, claim administration and defense expenses. At no time shall CITY be responsible for the payment of any deductibles or self -insured retentions. Page 95 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 5 — Insurance Requirements OTHER INSURANCE PROVISIONS/ENDORSEMENTS All policies of insurance required herein shall be endorsed to provide that the coverage shall not be cancelled, non -renewed, reduced in coverage or in limits except after thirty (30) calendar days written notice has been given to CITY, except ten (10) days for nonpayment of premium. CONTRACTOR is also responsible for providing written notice to the CITY under the same terms and conditions. Upon issuance by the insurer, broker, or agent of a notice of cancellation, non -renewal, or reduction in coverage or in limits, CONTRACTOR shall furnish CITY with a new certificate and applicable endorsements for such policy(ies). In the event any policy is due to expire during the work to be performed for CITY, CONTRACTOR shall provide a new certificate, and applicable endorsements, evidencing renewal of such policy not less than fifteen (15) calendar days prior to the expiration date of the expiring policy. 2. The Commercial General, Pollution and Automobile Liability insurance policies shall be written on an occurrence form. 3. The Commercial General, Pollution and Automobile Liability insurance policies shall be endorsed to name City, its officers, officials, agents, employees, and volunteers as an additional insured. CONTRACTOR shall establish additional insured status for the City and for all ongoing and completed operations under both Commercial General and Pollution Liability policies by use of ISO Forms or an executed manuscript insurance company endorsement providing additional insured status. The Commercial General endorsements must be as broad as that contained in ISO Forms: GC 20 10 11 85 or both CG 20 10 & CG 2037. 4. The Commercial General, Pollution and Automobile Liability insurance shall contain, or be endorsed to contain, that the CONTRACTORS' insurance shall be primary to and require no contribution from the City. The Commercial General and Pollution Liability policies are required to include primary and noncontributory coverage in favor of the City for both the ongoing and completed operations coverage. These coverages shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees, agents, and volunteers. If CONTRACTOR maintains higher limits of liability than the minimums shown above, City requires and shall be entitled to coverage for the higher limits of liability maintained by CONTRACTOR. 5. Should any of these policies provide that the defense costs are paid within the Limits of Liability, thereby reducing the available limits by defense costs, then the requirement for the Limits of Liability of these polices will be twice the above stated limits. Page 96 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 5 — Insurance Requirements 6. For any claims related to this Agreement, CONTRACTOR'S insurance coverage shall be primary insurance with respect to the CITY, its officers, officials, agents, employees, and volunteers. Any insurance or self-insurance maintained by the CITY, its officers, officials, agents, employees, and volunteers shall be excess of the CONTRACTOR'S insurance and shall not contribute with it. 7. The Workers' Compensation insurance policy shall contain, or be endorsed to contain, a waiver of subrogation as to CITY, its officers, officials, agents, employees, and volunteers. 8. The Builder's Risk Insurance shall have the policy endorsed to provide the City of Fresno to be named as a Loss Payee. 9. The Commercial General, Pollution and Automobile Liability insurance policies shall contain, or be endorsed to contain, a waiver of subrogation as to CITY, its officers, officials, agents, employees, and volunteers PROVIDING OF DOCUMENTS - CONTRACTOR shall furnish CITY with all certificate(s) and applicable endorsements effecting coverage required herein all certificates and applicable endorsements are to be received and approved by the CITY'S Risk Manager or his/her designee prior to CITY'S execution of the Agreement and before work commences. All non- ISO endorsements amending policy coverage shall be executed by a licensed and authorized agent or broker. Upon request of CITY, CONTRACTOR shall immediately furnish CITY with a complete copy of any insurance policy required under this Agreement, including all endorsements, with said copy certified by the underwriter to be a true and correct copy of the original policy. This requirement shall survive expiration or termination of this Agreement. All subcontractors working under the direction of CONTRACTOR shall also be required to provide all documents noted herein. CLAIMS -MADE POLICIES - If any coverage required is written on a claims -made coverage form: 1. The retroactive date must be shown and must be before the effective date of the Agreement or the commencement of work by CONTRACTOR. 2. Insurance must be maintained, and evidence of insurance must be provided for at least five (5) years after completion of the work or termination of the Agreement, whichever first occurs. 3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a retroactive date prior to the effective date of the Agreement, or work commencement date, CONTRACTOR must purchase "extended reporting" Page 97 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 5 — Insurance Requirements period coverage for a minimum of five (5) years after completion of the work or termination of the Agreement, whichever first occurs. 4. A copy of the claims reporting requirements must be submitted to CITY for review. 5. These requirements shall survive expiration or termination of the Agreement. SUBCONTRACTORS - If CONTRACTOR subcontracts any or all of the services to be performed under this Agreement, CONTRACTOR shall require, at the discretion of the CITY Risk Manager or designee, subcontractor(s) to enter into a separate Side Agreement with the City to provide required indemnification and insurance protection. Any required Side Agreement(s) and associated insurance documents for the subcontractor must be reviewed and preapproved by CITY Risk Manager or designee. If no Side Agreement is required, CONTRACTOR will be solely responsible for ensuring that it's subcontractors maintain insurance coverage at levels no less than those required by applicable law and is customary in the relevant industry. PERFORMANCE AND PAYMENT BONDS The Contractor shall provide two good and sufficient surety bonds from a corporate surety admitted by the California Insurance Commissioner to do business in the State of California, on forms as those provided by the City in these Specifications and approved by the City. The "Payment Bond" shall be for not less than 100% under $10M; 110% $10M and over of the Contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by Contractor on the work. The bond shall be maintained by the Contractor in full force and effect until the work is completed and accepted by the City, and until all claims for materials and labor are paid, and shall otherwise comply with Chapter 5, Title 3, Part 6, Division 4 of the California Civil Code. 2. The "Faithful Performance Bond" shall be for 100% under $10M; 110% $10M and over of the Contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or developed defects. INDEMNIFICATION To the furthest extent allowed by law including California Civil Code section 2782, Contractor shall indemnify, hold harmless and defend City and each of its officers, officials, employees, agents and volunteers from any and all loss, liability, fines, penalties, forfeitures, costs and damages (whether in Contract, tort or strict liability, including, but not limited to personal injury, death at any time and property damage) incurred by City, Contractor or any other person, and from any and all claims, demands and actions in law or equity (including attorney's fees and litigation expenses), arising or Page 98 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 5 — Insurance Requirements alleged to have arisen directly or indirectly out of performance of this Contract. Contractor's obligations under the preceding sentence shall apply regardless of whether City or any of its officers, officials, employees, agents, or volunteers are passively negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or damages caused by the active or sole negligence, or willful misconduct, of City or any of its officers, officials, employees, agents or volunteers. If Contractor should subcontract all or any portion of the work to be performed under this Contract, Contractor shall require each subcontractor to indemnify, hold harmless and defend City and each of its officers, officials, employees, agents, and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Contract Page 99 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 6 — Prevailing Wage Rates PREVAILING WAGE RATES Page 100 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 6 — Prevailing Wage Rates Federal Prevailing Wage Federal Prevailing Wages can be found in Attachment 11. California State Prevailing Wage: The link below is for details of prevailing wage rates: iov/Public-Works/Prevailin -Wa e.html Copies of the wage rates or specific wage rate determinations may be obtained from the Contract Compliance Officer at City of Fresno, Department of Transportation/FAX, 2223 G Street, Fresno, California 93706, (559) 621-7433. Page 101 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 7 — Scope of Work SCOPE OF WORK Page 102 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 7 — Scope of Work PART 1 - OVERVIEW 1.01 INTRODUCTION A. The City of Fresno's Department of Transportation/Fresno Area Express (hereafter referred to as FAX), in addition to providing public transit services within the City's boundaries, owns, operates and maintains a Compressed Natural Gas (CNG) fueling facility which is located at 2223 G. Street, Fresno, CA 93706. The CNG fueling facility supports the operation of over 120 transit buses, municipal fleet, waste management fleet, and other private customers. On average FAX's CNG fueling station dispenses 2.9 million therms and over 55,000 fueling events annually into motor vehicles. As of March 2024, the equipment is being serviced by Chart Industries. B. The project will include the design and installation of new CNG equipment at the site. A fast -fill dispenser system shall be designed and installed, which will fill vehicles in 5-10 minutes. In addition, the project will involve the installation of all equipment needed to operate those dispensers, including, but not limited to, CNG compressors, gas dryers, dryer skids, CNG storage vessels, electrical equipment, and several natural gas pipelines. C. The City has budgeted $4 Million for this project. While the Proposer is encouraged to include the required elements in the most effective and cost-efficient manner possible, the Proposer shall note that the lowest -cost proposal will not necessarily be selected. D. The following list are the objectives of this project: i. Provide turnkey engineering and construction services, including all permitting, design, commissioning, and training activities. ii. Upgrade CNG station to meet current and future demand. iii. Upgrade CNG station in a manner that minimizes station shutdowns. iv. Upgrade CNG station with equipment well known within the industry and easy access to new parts. v. Replace all compressors, dispensers, storage, electronics, and other components as needed. vi. Accommodate all types of CNG vehicles from passenger cars to Class 8 heavy-duty trucks. vii. Complete upgrades in a fast and efficient manner. 1.02 CNG STATION EQUIPMENT A. The following is a current list of equipment at the CNG fueling facility: Page 103 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Item Compressor Compressor Dryer Design -Build for CNG Station Upgrade Attachment 7 — Scope of Work Table 1: CNG Station Equipment Qty i Description 2 Greenfield C3T210, 3 stage compressor skid. The compressor is driven by a 300HP motor and produces SCFM 1400 based on 150 psig maximum inlet gas pressure. The compressor is designed for 24/7 fueling. 1 IMW, 3 stage twin compressor skid. Each compressor is driven by a 200 HP motor and produces 724 SCFM based on 300 psig maximum inlet gas pressure. The compressors _ I are designed for 24/7 fueling. 1 XEBEC Dual tower dryer with manual regeneration by-pass valve rated at 4000 SCFM based on 300 psig max pressure. Model STR24NGX-3. Includes a Digital Dew Point meter with sensor and alarm Storage 6 Dispenser 1 Dispenser 3 Priority Panel 1 ASME certified storage vessel holding approximately 10,500 SCF Krus 3500 SCFM single hose, single buffer line, CNG dispenser. 3600 psi filling pressures, with one OPW CT5000 and one OPW CT1000 nozzle. Kraus KAF402 solenoid fill control. Greenfield Model G1E-T121362 Ser. NO: 0101 Greenfield Model G2E-S.12.1.36.1.30.1 Ser. No: GE104 Greenfield Model G1 E- T121362 Ser. No: 0102 IMW Priority Panel Model No: 3C-3D-1S For time -fill and fast -fill fueling ESD System 1 Emergency Shut Down Gas Detection 1 Sierra Monitor Corporation Sentry IT www.sierramonitor.com 408-262-6611 ' Motor Control 3 The three units will be inclusive of 2 units that Center (MCC) control the Greenfields compressors and the 1 unit that controls the IMW compressor. B. Failing Equipment: The following is a list of equipment that has failed or degraded: Table 2: Failed or Degraded Equipment Equipment Status CNG Compressor 1 & 2 Degraded CNG Compressor 5&6 Failed Page 104 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 7 — Scope of Work Priority Panel XX Electronic Panel 1 Electronic Panel 2 Dryer Disge sers1,2,3,&4 C. Current Equipment Layout: Compressor 5 & Storage Priority Panel Electronic Panel 1 De-fueler Compressor 3 &4 Degraded Failed Failed Degraded Degraded -.� Dryer 6^ Compressor 1 &2 r Electronic ti Panel Dispenser a I, — + Dispenser 2 ... A6 1.03 ANTICIPATED WORK ! Dispenser 3 ! r ■ .i Dispenser4 ! ! r I A. Design & Engineering: The contractor will be responsible for producing all project plans, which include but are not limited to civil plans (site plans, foundation plans, etc.) and utility plans (natural gas piping plans, electrical plans, etc.). The contractor shall collaborate with City staff in the development of all plans. B. Equipment Replacement: Per the finalized design and engineering plans, the contractor will be responsible for the installation of all equipment, to include: Page 105 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 7 — Scope of Work i. CNG Compressors ii. Storage iii. Dryers iv. Dispensers V. Gas detection vi. Electrical components vii. Motors viii. Gas lines 1.04 CODES & STANDARDS A. Equipment and assemblies shall comply with all relevant provisions of the latest revisions of approved codes and standards and current industry practices including the following: i. American Petroleum Institute (API): API Recommended Practice 520 - Sizing, Selection, and Installation of Pressure Relieving Devices in Refineries. ii. American Society of Mechanical Engineers (ASME): (1) ASME Section Vill, Division I - Boiler and Pressure Vessel Code — Pressure Vessels (2) ASME Section V - Boiler and Pressure Vessel Code Nondestructive Examination (3) ASME Section IX - Boiler and Pressure Vessel Code - Welding and Brazing Qualifications (4) ASME 831.J - Chemical and Petroleum Plant Piping (5) ASME BJ 1.1 - Power Piping iii. American Welding Society (AWS) iv. National Fire Protection Association (NFPA) V. Occupational Safety and Health Administration (OSHA) vi. California Building Code (CBC) vii. California Fire Code (CFC) viii. California Electrical Code (CEC) ix. Department of Industrial Relations - California Code of Regulations (CCR): Page 106 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 7 — Scope of Work X. National Environmental Policy Act (NEPA) A. California Environmental Quality Act (CEQA) 1.05 PERMITS & LICENSES A. The Contractor shall solely be responsible for obtaining all project permits, including those required by the City, Pacific Gas & Electric (PGE), and by any other companies or agencies. Contractor shall perform all necessary work needed to obtain the permits. This may include but is not limited to determining the existing gas pressure, modifying and/or adding a power supply and electrical system, preparing soils reports, and paying permit fees. 1.06 OWNERSHIP AND USE OF CONSTRUCTION DOCUMENTS A. The Construction Documents, and all copies thereof, furnished to, or provided by, the contractor are the property of the City. The City and the contractor explicitly agree that all materials and documents developed in the performance of this Contract are the property of the City. The City shall have unlimited rights, for the benefit of the City, in all drawings, designs, specifications, notes and any other documentation and other work developed in the performance of this Contract for the Project, including the right to reuse details of the Design on any other City work at no additional cost to the City. The contractor agrees to, and hereby does, grant to the City a royalty free license to all such data that the contractor may cover by copyright and to all designs as to which the contractor may assert any right or establish any claim to under the patent or copyright laws. The contractor, for a period up to five (5) years from the Date of Substantial Completion of the Project, agrees to furnish and to provide access to the originals or copies of all such materials immediately upon the written request of the City. Any use or reuse by City of the Construction Documents on any project other than this Project without employing the services of the contractor shall be at City's own risk with respect to third parties. If the City uses or reuses the Construction Documents on any project other than this Project, they shall remove the contractor's Design Professional of Record's seal from the Construction Documents and hold harmless contractor and its officers, directors, agents and employees from claims arising out of the negligent use or re -use of the Construction Documents on such other project. Contractor shall not be responsible or liable for any revisions to the Construction Documents made by any party other than the contractor, a party for which the contractor is legally responsible or liable, or anyone approved by the contractor. Page 107 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 7 — Scope of Work 1.07 WARRANTY A. The contractor shall supply a one-year warranty on all furnished equipment covering all non -consumable parts and labor. The warranty shall be for a period of one year from the date of final written acceptance of the equipment by the City. PART 2 — DESIGN & ENGINEERING 2.01 SITE ASSESSMENT A. The contractor shall perform a site assessment of the CNG station area to assess equipment conditions and inform the design & engineering of the project. The site assessment shall include at a minimum: i. Condition assessment of CNG equipment. ii. Condition assessment of gas lines. iii. Condition assessment of valves and gauges. iv. Condition assessment of electronics. V. Condition assessment of foundations. B. The site assessment may include: i. Land survey ii. Soil testing iii. Electrical system check iv. Equipment compatibility V. Other relevant testing as a result of the site assessment C. The contractor shall produce a site assessment report, which will be reviewed by City staff for approval. The report will inform the design & engineering for the CNG station upgrades. 2.02 DESIGN & ENGINEERING PLANS A. The contractor shall prepare and submit all plans and specifications for City review, including civil, structural, architectural, mechanical, electrical, and instrumentation. The contractor must receive written acceptance of conceptual plans, 50% design, 90% design, and 100% design. The contractor must make themselves available to City staff to clarify any portion of the design and engineering. B. The contractor is responsible for submitting a project schedule for construction. Page 108 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 7 — Scope of Work C. The design and engineering must meet the objectives listed in part 1.01(D). D. Design and engineering work will be prepared and stamped by a professional engineer certified in the State of California. 2.03 QUALITY CONTROL/QUALITY ASSURANCE PLAN A. The contractor must submit a Project (design -build) QA/QC Plan prior to construction. The Plan must describe the responsible staff, procedures, standards, review or hold points, requirements for inspection, testing, documentation, and control of non-conformance. 2.04 SAFETY PLAN A. The contractor must submit a safety plan that that includes, but is not limited to: i. Listing personal protective equipment (PPE) that workers should use while on the job site. ii. Construction site rules and regulations. iii. Listing of employee roles and responsibilities. iv. Operating procedures and safety precautions. V. Consideration of extreme weather conditions. vi. Emergency contact information. vii. Reporting instructions and procedures. viii. Procedures for identify hazards and forming protocols. ix. Applicability to subcontractors. B. The Safety Plan must be reviewed and approved by FAX's Safety and Security Officer prior to the commencement of construction. PART 3 — CONSTRUCTION 3.01 The contractor shall be responsible for furnishing all necessary materials and equipment for construction (e.g., power supply, portable toilets, trailers, traffic cones, cranes, etc.), preparing specifications for subcontractors; submittal review, inspection, storage, delivery, and installation. 3.02 The contractor is responsible for preparing site for construction, which may include removal of existing asphalt, concrete, walls and debris for the site to be properly graded for drainage and have a suitable base for construction, per the design plans. 3.03 The contractor is responsible for the removal and proper disposal of all construction waste. Page 109 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 7 — Scope of Work 3.04 The contractor shall provide a certification statement that all equipment has been installed in accordance with the design specifications and that the CNG fueling facility is constructed in conformance with all applicable codes. 3.05 The contractor is responsible for restoring the site after completion of construction. 3.06 The contractor is responsible for all dust control, traffic control, safety perimeters, and other like activities. PART 4 — COMMISSIONING & TRAINING 4.01 COMMISSIONING A. The contractor shall be responsible for thoroughly testing equipment and safety devices in accordance with the manufacturer's instructions. The test may include, but is not limited to: i. Run -test for proper operation including calibrating all instrumentation ii. Test the ESD system iii. Test compressor control panels and shutdowns. iv. Test dryer system. V. Test dispensing systems. vi. Testing for gas leaks throughout the system vii. Any discrepancies in the equipment found as a result of these inspections and tests shall be corrected by the Supplier at no cost to the City (including the cost for making the corrections and repeating the tests within two (2) weeks). B. Acceptance by the City's Representative of the fueling station and associated items furnished by the contractor under this specification shall occur only after the following requirements have been met: It has been demonstrated to the satisfaction of the City's Representative that the fueling station, meets and conforms to the requirements of the specification and drawings. ii. All testing required by this specification have been successfully completed and have been accepted by the City's Representative. 4.02 TRAINING A. All product data and related information appropriate for City's maintenance and operation of all products and systems provided under this Contract shall be Page 110 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 7 — Scope of Work compiled into an integrated operating and maintenance manual. A minimum of one hard copy and one digital copy shall be provided to the City prior to acceptance. B. The contractor shall provide an informal training class in station operation, service, and maintenance while on -site. The Supplier shall instruct the City's designated operating and maintenance personnel in the correct and safe operation, adjustment, and maintenance of all equipment and systems. The basis of instruction shall be the station operating and maintenance manual. Page 111 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 8 — Project Budget PROJECT BUDGET Page 112 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 8 — Project Budget Cost for design and construction will be broken up into three phases and agreed upon by both parties. Both parties agree to work collaboratively and work in good faith to agree to cost in accordance with FTA Circular 4220.1 F and 2 CFR 200.324, which requires a price or cost analysis in connection with every procurement action. The project cost and budget will be achieved as follows: Activity Site Assessment Design Construction uOM Lump Sum Lump Sum Lump Sum Costs $99,900.00 *To be negotiated after the completion of the Site Assessment and in accordance with FTA Circular 4220.1 F and 2 CFR 200.324. *To be negotiated after the completion of the Design and in accordance with FTA Circular 4220.1 F and 2 CFR 200.324. Page 113 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 9 — Standard Specifications STANDARD SPECIFICATIONS Please refer to City of Fresno Standard Specifications and Drawings Updated May 2024 and as Amended thereafter Page 114 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 9 — Standard Specifications STANDARD SPECIFICATIONS The City of Fresno Standard Specifications and Drawings, Department of Public Works, dated February 2016 and as amended from time -to -time, are hereby referred to and incorporated herein as though set forth in full. It is recommended that bidders obtain the most current issue of these Specifications. The Standard Specifications are available on the City of Fresno's website (www.fresno.gov) by clicking on Public Works Department and checking Department Technical Library. If you do not have access to the Internet, copies of the Standard Specifications with Standard Drawings may be obtained for $40 at City Hall, Public Works Counter, Room 4064N, 2600 Fresno Street, Fresno CA93721- 3623, Telephone (559) 621-8800. (If mailed, a mailing charge of $6.00 per book will be required.) Page 115 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 CERTIFICATIONS Design -Build for CNG Station Upgrade Attachment 10 — Certifications Page 116 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications PROPOSER'S NAME: (Submit with Proposal) DISADVANTAGED BUSINESS ENTERPRISES (DBE) LISTING Bidders are advised that, as required by federal law, the City is required to report to the Federal Transit Administration on DBE participation for all Federally aided contracts each year so the attainment efforts may be evaluated. The proposal will be considered non -responsive if this form is not fully completed. Complete all information below (whether DBE or not) and list all Subcontractor information including, without limitation, DBE's that will perform any portion of the work or provide any products for this project, even if the dollar amount of the work the DBE will perform is less than one half ('/2) of one percent (1 %) of the total bid amount. Prime Contractor: Name: Address: City: State: Zip Code: Check one: ❑ DBE or ❑ Non -DBE Race of firm's majority owner: Gender of firm's majority owner: NAICS code(s) (applicable to each scope of work the firm seeks to perform in its bid): ❑ Check if N/A Age of firm: Annual Gross: ❑ less than $1 million ❑ $1-3 million ❑ $3-6 million ❑ $6-10 million ❑ over $10 million Subcontractors: ❑ Check as N/A if a subcontractor(s) will not be used Name - Address: City: State: Zip Code: Check one: ❑ DBE or ❑ Non -DBE Race of firm's majority owner: Gender of firm's majority owner: NAICS code(s) (applicable to each scope of work the firm seeks to perform in its bid) ❑ Check if N/A Age of firm: Annual Gross: ❑ less than $1 million ❑ $1-3 million ❑ $3-6 million ❑ $6-10 million ❑ over $10 million Name: Address: City: State: Zip Code: Check one: ❑ DBE or ❑ Non -DBE Race of firm's majority owner: Gender of firm's majority owner: NAICS code(s) (applicable to each scope of work the firm seeks to perform in its bid): ❑ Check if N/A Age of firm: Page 117 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications Annual Gross: ❑ less than $1 million ❑ $1-3 million ❑ $3-6 million ❑ $6-10 million ❑ over $10 million NOTE: Use additional sheets of paper if necessary Revised 6/11/24 Page 118 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications PROPOSER'S NAME: DEBARMENT AND SUSPENSION CERTIFICATION Contractor and all subcontractors shall meet debarment, exclusion requirements pursuant to Executive Order 12549. Specifications. A list of excluded parties may be https://sam.gov/content/home Contractor shall return with its Proposal this form. (Submit with Proposal) suspension, ineligibility, and voluntary See Federal Requirements, of these found at the following website: Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Date Signature Company Name Title Page 119 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications PROPOSER'S NAME: (Submit with Proposal) NONLOBBYING CERTIFICATION LOBBY RESTRICTIONS Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date Page 120 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications PROPOSER'S NAME (Submit with Bid Proposal) Federal Tax Liability and Recent Felony Convictions Certification FTA Master Agreement Section 4(g) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that they and their organization: 1. Does not have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and 2. Was not convicted of felony criminal violation under any Federal law within the preceding 24 months. The Contractor agrees to flow this requirement down to participants at all lower tiers, without regard to the value of any sub -agreement. Date Signature Company Name Title Page 121 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 PROPOSER'S NAME Design -Build for CNG Station Upgrade Attachment 10 — Certifications (Submit with Bid Proposal) BUILD AMERICA BUY AMERICA CERTIFICATION Pub. L. 117-58, div. G, tit. IX, §§ 70911 — 70927 & 2 CFR 184, Build America, Buy America Act A bidder or offeror must submit the appropriate Build America Buy America certification (below) with all bids or offers on federally funded contracts, except those subject to a general waiver. Certificate of Compliance with Pub. L. 117-58 div. G tit. IX §§ 70911 — 70927 & 2 CFR 184 The bidder or offeror hereby certifies that it will comply with the requirements of Public Law 117-58 and 2 CFR 184. Date Signature Company Name Title OR Certificate of Non -Compliance with Pub. L. 117-58, div. G, tit. IX, 70911 — 70927 & 2 CFR 184 The bidder or offeror hereby certifies that it cannot comply with the requirements of Public Law 117-58 & 2 CFR 184, but it may qualify for an exception to the requirement pursuant to Public Law 117-58 & 2 CFR 184. Date Signature Company Name Title Page 122 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications PROPOSER'S NAME (Submit with Bid Proposal) BUY AMERICA CERTIFICATION 49 C.F.R. § 661.6, for the Procurement of Steel, Iron, or Manufactured Products A bidder or offeror must submit the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Certificate of Compliance with 49 U.S.C. 5323 ' 1 The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 53230)(1), and the applicable regulations in 49 C.F.R. part 661. Date Signature Company Name Title Certificate of Non -Compliance with 49 U.S.C. 5323 ' 1 The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 C.F.R. § 661.7. Date Signature Company Name Title Page 123 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS Design -Build for CNG Station Upgrade Attachment 10 — Certifications (Submit with Proposal) Initial CITY OF FRESNO FINANCE DEPARTMENT ACCOUNTS PAYABLE SECTION AUTHORIZATION AGREEMENT FOR DIRECT PAYMENTS (ACH CREDITS) Company Name Contact Name Contact Email Address Telephone Number (Required) The City of Fresno, Finance Department, (FINANCE DEPARTMENT), is authorized to initiate credit entries to the company above, (COMPANY), in the account below at the depository financial institution named below, (DEPOSITORY), and to credit the same account. Company acknowledges that the origination of ACH transactions to its account must comply with the provisions of U.S. law. Depository Name City Routing Number Branch State Account Number Zip Code O ACH Authorization Agreement Form already on file with City. This authorization is to remain in the full force and affect until FINANCE DEPARTMENT has received written notification of its termination. The FINANCE DEPARTMENT and DEPOSITORY have a reasonable time to process the termination. Name(s Signature Title (Please Print) Date Page 124 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications PROPOSER'S NAME (Submit with Proposal) Page 125 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications DISCLOSURE OF CONFLICT OF INTEREST YES* NO 1 Are you currently in litigation with the City of Fresno or any of ❑ ❑ its agents? 2 Do you represent any firm, organization, or person who is in ❑ ❑ litigation with the City of Fresno? 3 Do you currently represent or perform work for any clients who ❑ ❑ do business with the City of Fresno? 4 Are you or any of your principals, managers, or professionals, owners or investors in a business which does business with ❑ ❑ the City of Fresno, or in a business which is in litigation with the City of Fresno? 5 Are you or any of your principals, managers, or professionals, related by blood or marriage to any City of Fresno employee ❑ ❑ who has any significant role in the subject matter of this service? 6 Do you or any of your subcontractors have, or expect to have, any interest, direct or indirect, in any other contract in ❑ ❑ connection with this Project? * If the answer to any question is yes, please explain in full below. Explanation: E Additional page(s) attached. Signature Date Name Company Address City, State, Zip Page 126 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications PROPOSER'S NAME (Submit with Proposal) NONCOLLUSION AFFIDAVIT In accordance with Title 23 United States Code, Section 112 and Public Contract Code, Section 7106, the Bidder declares under penalty of perjury under the laws of the State of California that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the City of anyone interested in the proposed Contract; that all statements contained in the Bid Proposal are true; and, further, that the Bidder has not, directly or indirectly, submitted his/her bid price or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. The above Noncollusion Affidavit is part of the Bid Proposal. Signing this Bid Proposal on the signature page thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false declaration may subject the certifier to criminal prosecution. This affidavit is to be filled out and executed by the Bidder; if a corporation makes the bid, then by its properly executed agent. The name of the individual swearing to the affidavit should appear on the line marked "Name of Affiant." The affiant's capacity, when a partner or officer of a corporation, should be inserted on the line marked "Capacity." The representative of the Bidder should sign his or her individual name at the end, not a partnership or corporation name, and swear to this affidavit before a notary public, who must attach his or her seal. (Continued) Page 127 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BADS - State of Design -Build for CNG Station Upgrade Attachment 10 - Certifications PROPOSER'S NAME County of (Name of Affiant) being first duly sworn, do hereby state that (Submit with Proposal) I am of (Capacity) (Name of Firm, Partnership or Corporation) whose business is and who resides at and that (Give names of all persons, firms, or corporations interested in the bid) is/are the only person(s) with me in the profits of the herein contained Contract; that the Contract is made without any connection or interest in the profits thereof with any persons making any bid or Bid for said Work; that the said Contract is on my part, in all respects, fair and without collusion or fraud, and also that no members of the Board of Trustees, head of any department or bureau, or employee therein, or any employee of the City, is directly or indirectly interested therein. Signature of Affiant Sworn to before me this day of Notary public My commission expires Date 20,_ - Seal Page 128 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications PROPOSER'S NAME (Submit with Proposal) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The Bidder hereby certifies under penalty of perjury under the laws of the state of California that he/she has , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he/she has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note: The below certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. The below Equal Employment Opportunity Certification is part of the Bid Proposal. Signing this Bid Proposal on the signature page thereof shall also constitute signature of this Equal Employment Opportunity Certification. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Page 129 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Job of File No._ Name or Title of Department No. Job - Design -Build for CNG Station Upgrade Attachment 10 —Certifications Cq of r`y'fC V , 1. Name and Address of Contractor PRIME [ ] SUB[ ] Yes No 2. Have you established a company -wide employment policy to assure that equal employment opportunity is given to all persons without regard to race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation or on any other basis prohibited by law? 3. Have you notified all supervisors, foreman and other personnel officers in writing of the contents of the anti -discrimination clause and their responsibilities under it? 4. Have notices setting forth the provisions of the Fair Employment Practice Section used in City of Fresno Contracts been posted in conspicuous places available to employees and applicants for employment on this Project? 5. Have each of the Company's employee referrals including unions, employment agencies, advertisements, Department of Employment, etc, been notified of the contents of the anti -discrimination clause? 5a. Has this been done in writing? 6. Has each employee referral advised the Company that it will refer all qualified applicants for employment to the Company without regard to race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, sexual orientation or on any other basis prohibited by law? 7. Has a collective bargaining agreement or other contract or understanding been made with a labor union (or unions) which covers the performance of any work or supplying of any materials under this Contract? 7a. Do you operate under an Association Master Labor Agreement? If your answer is "yes", state the name of the Association. Are copies of those agreements on file with the City? [ ] Yes [ ] No With whom? 7b. If you do not operate under an Association Master Labor Agreement then indicate what steps you have taken to attempt to develop an agreement which will: (1) Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training. (2) Otherwise implement an affirmative anti -discrimination program in terms of the unions' specific area of skill and geography, to the end that qualified minority workers will be available and given an equal opportunity for employment. In addition, if you have reached such an agreement, attach a copy of the provisions thereof which bear on (1) and (2) above. 8. Have you encountered any opposition to the anti -discrimination clause by individuals, firms or organizations? If your answer to No. 8 is "Yes", identify the individual, firm or organization and briefly describe the nature of the opposition. 9. Check principal sources DEPT OF EMP. EMP. AGENCIES DIRECT HIRING UNION OTHER for employee referrals. a. Const. Workers b. Other Workers 10. The following person or persons are responsible for determining whom to hire or whether or not to hire workers on this particular Project: QUESTIONS 11 THROUGH 13 TO BE FILLED OUT BY PRIME CONTRACTOR ONLY: 11. Have you awarded any subcontracts for work covered by your Contract? 12. Have the anti -discrimination provisions been included in each of said subcontracts? 13. Have all such Subcontractors been instructed to file compliance reports and have they been furnished with report forms? 14. Dated this day of 20_, at (City and State) 15. 1 declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Contractor) Page 130 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications PROPOSER'S NAME (Submit with Proposal) FAIR EMPLOYMENT PRACTICES COMPLIANCE REPORT (continued) INSTRUCTIONS TO CONTRACTORS This Compliance Report is required by the Fair Employment Practices provisions of City of Fresno Contracts for the supplying of work, materials, or both. This report is to be completed in its entirety for each prime Contract and all first tier subcontracts. The reports shall be submitted to the City after award of the Contract and prior to Notice to Proceed. Additional sheets of paper may be attached if necessary to submit explanations or further information. If the answers to any of the questions indicate non-compliance with the anti -discrimination provision of the Contract, a brief explanation of such answer must accompany the report. It shall be the further responsibility of the Contractor to keep the information contained in the compliance report current and should there be changes in the Contractor's agreements with employee referrals, including unions or in the individuals responsible for hiring, etc., which would change the answers submitted by the Contractor in his/her original questionnaire, the Contractor should file a supplementary report containing revised answers to the applicable questions. Such changes from the original report are to be submitted in duplicate. Upon completion of the Contract the Contractor must submit a final statement of compliance including statements that the original compliance report was submitted, that any changes in the original report were reported, and that the requirements of the Fair Employment Practices section were complied with during the Contract. If such a statement cannot be submitted in its entirety, a statement along the same lines with the exceptions noted must be submitted. The City may require submission of additional information or reports on compliance at any time. FINAL STATEMENT OF FAIR EMPLOYMENT PRACTICES COMPLIANCE Name of Job or Contract The undersigned is responsible to see that the Contractor has complied with the Fair Employment Practices section of the City of Fresno Contract indicated above. The original compliance report was submitted and no changes or additions to the original report became known to the Contractor or the undersigned except as noted below. The Contractor, in performance of the Contract, to the best of my knowledge, complied with said section of the Contract, except as noted below. Dated this day of Changes or additions to the original compliance report Deviations from compliance 20 at City and State City By Title Contractor By Title Page 131 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications CITY OF FRESNO PAYMENT BOND PUBLIC WORK KNOW ALL MEN BY THESE PRESENTS: That [NAME OF CONTRACTOR] as Principal (herein called 'Principal') and as Surety (herein called 'Surety') are held and firmly bound onto the City of Fresno (herein called 'Obligee') in the just and full sum of [WRITTEN $ AMOUNT] DOLLARS AND [WRITTEN CENTS AMOUNT] CENTS ($[DOLLAR AMOUNT]) lawful money of the United States of America (said sum being equal to 100 percent of the estimated amount payable by the terms of the hereinafter described contract), for the payment of which, well and truly to be made, we hereby bind ourselves and ours, and each of our, heirs, executors, administrators, successors, and assigns, jointly and severally firmly by these presents. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, That WHEREAS, Principal has been awarded a contract for the following described work of improvement and is required by Obligee to give this bond in connection with the execution of the written contract therefor (insert brief description of work of improvement): [TITLE AND WORK] (Bid File No. [BID FILE NO.]) [ALTERNATES (if any)] NOW, THEREFORE, if Principal or subcontractors of Principal shall fail to pay any of the persons named in the Section 9100 of the Civil Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813, or 1815 of the Labor Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Prinicipal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to the work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified above, and also, in case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by Obligee in successfully enforcing this obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the judgment therein rendered.. The benefit of this bond shall inure to any of the persons named in Section 9100 of the Civil Code so as to give the right of action to those persons or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect. No extension of time granted to the Principal and no change, alteration or addition in any of the terms of the contract or any of the contract documents or the work to be performed thereunder, whether made after notice or not, shall release or otherwise affect the obligations of the Surety hereunder, and the Surety waives notice of any such extension, change, alteration or addition. The Surety, by the execution of this bond, represents and warrants that this bond has also been duly executed by the Principal and proper authority, and the Surety hereby waives any defense which it might have by reason of any failure of the Principal to execute or properly execute this bond. In witness whereof, this instrument has been duly executed by the Principal and Surety above named, on the _ day of , 20_ [NAME OF CONTRACTOR] PRINCIPAL SURETY No signature of City Attorney required. APPROVED: Standard Document #IDPw 32.0 has been used City Manager, or his/her designee without modification, as certified by the undersigned. By: By: Title: Title: _ Department of Public Works Date: DPW 32.0112-20-12 Page 132 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications CITY OF FRESNO PERFORMANCE BOND PUBLIC WORK KNOW ALL MEN BY THESE PRESENTS: That [NAME OF CONTRACTOR] as Principal (herein called 'Principal') and as Surety (herein called 'Surety') are held and firmly bound onto the City of Fresno (herein called 'Obligee') in the just and full sum of [WRITTEN $ AMOUNT] DOLLARS AND [WRITTEN CENTS AMOUNT] CENTS ($[DOLLAR AMOUNT]) lawful money of the United States of America (said sum being equal to 100 percent of the estimated amount payable by the terms of the hereinafter described contract), for the payment of which, well and truly to be made, we hereby bind ourselves and ours, and each of our, heirs, executors, administrators, successors, and assigns, jointly and severally firmly by these presents. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, That WHEREAS, Principal has been awarded a contract for the Following described work of improvement and is required by Obligee to give this bond in connection with the execution of the written contract therefor (insert brief description of work of improvement): [TITLE AND WORK] (Bid File No. [BID FILE NO.]) [ALTERNATES (if any)] NOW, THEREFORE, if Principal shall well and truly do and perform each and all of the covenants, conditions, and agreements of said contract on the Principal's part to be done and performed, and any and all alterations thereof made as therein provided, at the time and in the manner therein specified, and shall indemnify and save harmless the Obligee, its officers, officials, agents, employees and volunteers, as therein stipulated, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by Obligee in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. No extension of time granted to the Principal and no change, alteration or addition in any of the terms of the contract or any of the contract documents or the work to he performed thereunder, whether made after notice or not, shall release or otherwise affect the obligations of the Surety hereunder, and the Surety waives notice of any such extension, change, alteration or addition. The Surety, by the execution of this bond, represents and warrants that this bond has also been duly executed by the Principal and proper authority, and the Surety hereby waives any defense which it might have by reason of any failure of the Principal to execute or properly execute this bond. In witness whereof, this instrument has been duly executed by the Principal and Surety above named, on the _ day of , 20_ [NAME OF CONTRACTOR] PRINCIPAL No signature of City Attorney required. Standard Document #DPW 22.0 has been used without modification, as certified by the undersigned. By: Department of Public Works DPW 22.0/03-31-11 APPROVED: City Manager, or his/her designee By: Title: Date: SURETY Page 133 of 134 348430v1 Docusign Envelope ID: 33DA8910-05EE-4628-BA43-02C24681 BAD5 Design -Build for CNG Station Upgrade Attachment 10 — Certifications PROPOSER'S NAME (Submit with Proposal) PLAAGREEMENT TO BE BOUND [Date] [Addressee] [Address] Re: City of Fresno Community Workforce Agreement Agreement to be Bound Dear: The undersigned confirms that it agrees to be a party to and bound by the City of Fresno Community Workforce Agreement ("Agreement") as such Agreement may, from time to time, be amended by the parties or interpreted pursuant to its terms. By executing this Agreement to be Bound, the undersigned subscribes to, adopts and agrees to be bound by the written terms of the legally established trust fund documents as set forth in Section 10.1 of the Agreement, as they may from time to time be amended, specifying the detailed basis upon which contributions are to be made into, and benefits made out of, such trust funds, and ratifies and accepts the trustees appointed by the parties to such trust funds. The undersigned agrees to execute a separate subscription agreement(s) for such trust funds when such trust fund(s) require(s) such document(s). The obligation to be a party to and bound by the Agreement shall extend to all work covered by the Agreement undertaken by the undersigned. The undersigned shall require all of its subcontractors, of whatever tier, to become similarly bound for all their work within the scope of the Agreement by signing an identical Agreement to be Bound. This letter shall constitute a subscription agreement, to the extent of the terms of the letter. CONTRACTOR/SUBCONTRACTOR: California Contractor State License No. or Motor Carrier (CA) Permit No.: Name of Authorized Person (Print): Signature of Authorized Person: Title of Authorized Person: Telephone Number of Authorized Person: Address of Authorized Person State Public Works Registration Number Page 134 of 134 348430v1