Loading...
HomeMy WebLinkAboutSan Joaquin River Conservancy - Agreement - 11.03.23DocuSign Envelope ID: B4EAA8E5-DO74-4D9C-9495-CEDA70EBFDOE SCO ID: 3830-C23100001 STATE OF CALIFORNIA - DEPARTMENT OF GENERAL SERVICES STANDARD AGREEMENT AGREEMENT NUMBER PURCHASING AUTHORITY NUMBER (IfApplicable) STD 213 (Rev. 0412020) C23100001 1. This Agreement is entered into between the Contracting Agency and the Contractor named below: CONTRACTING AGENCY NAME San Joaquin River Conservancy CONTRACTOR NAME City of Fresno 2. The term of this Agreement is: START DATE August 28, 2023 or upon DGS OLS approval, whichever is later THROUGH END DATE June 30, 2025 3. The maximum amount ofthis Agreement is: $1,200,0001.92 One Million Two Hundred Thousand One Dollar and Ninty-Two Cents 4. The parties agree to comply with the terms and conditions of the following exhibits, which are by this reference made a partof the Agreement. Exhibits Title Pages Exhibit A Scope of Work 1 Exhibit A, Attachment 1 Detailed Scope of Work 3 Exhibit A, Attachment Project Drawings and Timeline 9 2 Exhibit B Budget Detail and Payment Provisions 2 Exhibit B, Attachment Cost Breakdown 2 1 GTC Exhibit C General Terms and Conditions 04/2017 Exhibit D Special Terms and Conditions 2 -items shown with on asterisk f 1. are h ereby incorporated by reference ana maoe parr or rnis agreemenr as a virucnea r grew. These documents can be viewed at htrrs./Iwwvv.dws.ta.4ovID1.SIResources IN WITNESS WHEREOF, THIS AGREEMENT HAS BEEN EXECUTED BY THE PARTIES HERETO. CONTRACTOR CONTRACTOR NAME (if other than an individual, state whether a corporation, partnership, etc.) City of Fresno CONTRACTOR BUSINESS ADDRESS CITY STATE I ZIP 2600 Fresno Street I Fresno CA 93721 PRINTED NAME OF PERSON SIGNING TITLL Scott Mozier I Public Works Director CONTRACTOR AUfHORIZEDSIGNATURE � _ DATE SIGNED c0ocuSignndby: 9/19/2023 00, 352-85 APPROVED AS # - rDFiM CITY OF F 0 CITY ATl . 'S `FICE BY Cif Pf 1T V ATTORNEY ®AT . ' k�e� � b ATTEST: TODD STERMER, CMC �JIITY CLERK B�� } 7 323 Y: Deputy Page 1 of 2 DocuSign Envelope ID: B4EAA8E5-DO74-4D9C-9495-CEDA70EBFDOE SCO ID: 3830-C23100001 STATE OF CALIFORNIA - DEPARTMENT OF GENERAL SERVICES STANDARD AGREEMENT AGREEMENT NUMBER PURCHASING AUTHORITY NUMBER (if Applicable) STD 213 (Rev. 04/2020) C23100001 STATE OF CALIFORNIA CONTRACTING AGENCY NAME Department of Parks and Recreation CONTRACTING AGENCY ADDRESS CITY STATE ZIP P.O. Box 942896 Sacramento CA 94296 PRINTED NAME OF PERSON SIGNING TITLE Kristal Simpson Chief, Business Management Services CONTRACTING AGENCY AUTHORIZED SIGNATURE DATE SIGNED oocu5igned by: 9/20/2023 OF GENERAL APPROVED OCT 27 2023 BHK/BD:vkh OFFICE OF LEGAL SERVICE DEPT.OF GENERAL SERVICI EXEMPTION (If Applicable) Page 2 of 2 nn—Rinn Fnvalnne in- R4FAARF5-nO74-4D9C-g495-CEDA70EBFDOE EXHIBIT A (Standard Agreement) SCOPE OF WORK Contractor's Name: City of Fresno Agreement Number: C23100001 Page: 1 of 1 1. Contractor agrees to provide to the San Joaquin River Conservancy (SJRC) project management services as described herein: Contractor shall provide project management for the construction of a traffic signal as described under Exhibit A, Attachment 1 (Detailed Scope of Work), attached and included herein to this contract. 2. The services shall be performed at: Specific Location: West Audubon Drive & North Del Mar Avenue in the City of Fresno, California 93711. • Latitude (Decimal Degrees): 36°51'36.52"N • Longitude (Decimal Degrees): 119°47'42.87"W 3. The services shall be provided during: Normal working hours Monday through Friday (8:00 am to 5:00 pm) excludes federal and state holiday or during periods of operation as mutually agreed by the representatives named below. 4. The project representatives during the term of this Agreement will be: State Agency: San Joaquin River Conservancy Section/Unit: Attention: 1 Karen Buhr Address: 15469 E. Olive Ave. Contractor: Section/Unit: Attention: i City of Fresno Scott Mozier Address: 2600 Fresno Street Ci /State/Zip Code: Fresno, CA 93727 City/State/Zip Code: Fresno, CA 93721 Phone: (559) 253-7324 Phone: 559-621-8650 Fax: (559) 456-3194 Karen. BuhrCcD_slrc.ca.gov Fax: _ E-mail Address: E-mail Address: Scott.Maie fresna. ov DPR 603 (Rev. 2/2011.)(Exeel 2110/2011) DocuSign Envelope ID: B4EAA8E5-D074-4D9C-9495-CEDA70EBFDOE Contractor: City of Fresno Agreement: C23100001 Page 1 of 3 Exhibit A, Attachment 1 Detailed Scope of Work Project Summa : The City of Fresno shall provide project management for the construction of a traffic signal at the three-way intersection of North Del Mar Avenue and West Audubon Drive in Fresno, California. The City of Fresno has competitively bid for a subcontractor to complete the construction of the traffic signal. The Construction site is located within the immediate proximity of the Riverview Drive access point to the River West Eaton Trail Extension project, currently in design, which will serve as one of the primary public entrances to the San Joaquin River Parkway. The increased traffic to and from the Riverview Drive entrance will place further strain on the currently unprotected and over- loaded intersection. The traffic signal will improve public safety, specifically for residents, visitors to the River West Eaton Trail Extension project and the Conservancy, by protecting vehicular turning movements, reducing vehicular delays, and improving pedestrian and bicycle access. Signalization of the Del Mar and Audubon intersection was addressed within the 2017 Final Environmental Impact Report prepared for the Conservancy for the River West Eaton Trail Extension, State Clearinghouse No. 2014061017, as a mitigation measure forAlternative 1, which included the addition of the West Riverview Drive entrance/trailhead. Due to increased traffic loading of trail users to and from the River West Eaton Trail Extension and uncertainty when mitigation measures could be completed, impacts to the Del Mar and Audubon intersection were considered significant and unavoidable. Construction of a traffic signal at the intersection would comply with the suggested mitigation measure listed in the Final Environmental Impact Report and would reduce the impacts to less than significant levels. The signalization would reduce wait times for traffic entering the intersection from Del Mar Avenue and would reduce the potential for traffic accidents. The City of Fresno has developed the 60% design level construction documents for a new traffic control signal at the Del Mar and Audubon intersection. See Exhibit 1, Attachment 2, Design Drawings and Project Timeline. The construction of the traffic light signal does not directly impact nor benefit ecological systems. The structural elements of the project will be designed to withstand the elements and the signal equipment, lights and pavement markings will be maintained by the City of Fresno. Task 1: Selection of a Subcontractor On June 14, 2023, the City of Fresno released a Notice Inviting Bids for the Traffic Signal Installation at intersection of Audubon and Del Mar Avenues in Fresno, CA. The City of Fresno has the notice up for a total of 34 days, with bids being open on July 18, 2023. The City of Fresno received two bids and are currently under review with the City's Purchasing Division to confirm all necessary requirements have been met and documents have been submitted correctly. DocuSign Envelope ID: B4EAA8E5-DO74-4D9C-9495-CEDA70EBFDOE Contractor: City of Fresno Agreement: C23100001 Page 2 of 3 Task 2: Construction City of Fresno shall provide project management and oversight of the selected subcontractor on the construction of the traffic signal. The general project sequencing will be the following. • contractor mobilization • implementation of traffic • stormwater controls ■ clearing of the project site and removal of pavement • installation of traffic detection infrastructure ■ signal installation ■ repaving ■ restriping of vehicle travel lanes The subcontractor shall be responsible for the dispose of all construction waste material per the City and State law. The selected subcontractor shall provide the City of Fresno with a Traffic Control Plan that will get reviewed and approved by the City. In the Traffic Control Plan, it will adhere to the following requirements during construction. T..., f. !! ...., , ,t m m lrxXr r fmi r manic dialI annty to tha nrntarI Street Name Da s/Hours Minimum Requirements Audubon Drive gam to 4pm SLURRY WORK Slurry the North half (westbound) of and 9pm to Gam Audubon as well as all of Del Mar. The South hair Del Mar Ave. eastbound of Audubon shall remain Audubon Drive gam to 4pm SLURRY WORK Slurry the South half (eastbound) of 9pm to Sam Audubon The North half (westbound) of Audubon shall remain open. Audubon Drive 9pm to Gam INTERSECTION STRIPING intersection closure allowed and for striping only. Del Mar Ave. Audubon Drive gam to 4pm ALL OTHER WORK: One lane in each direction shall 9pm to Sam remain open at all times Del Mar Ave. 9am to 4pm ALL OTHER WORK- One lane in each direction shall 9pm to Gam remain open at all times Riverview Or gam to 4pm ALL OTHER WORK One lane In each direction shall 9pm to Gam remain open at all times An streets All days/ At Pedestrian access shall be maintained at all times safe all times access for pedestrians shall be maintained at all times in accordance with subsection 7.10.1. "TRAFFIC AND ACCESS, OF THE CITY OF FRESNO STANDARD SPECIFICATIONS" All necessary signage shall be In accordance with the California htUTCD and approval by the City of Fresno Traffic Engineer DocuSign Envelope ID: B4EAA8E5-D074-4D9C-9495-CEDA70EBFDOE Contractor: City of Fresno Agreement: C23100001 Page 3 of 3 Task 3: Construction En-gineerinct During construction, the City Construction Management Division will provide construction engineering services for the project. Services generally include the following. Construction Pro'ect Management., Their role is responsible for the project's scope, schedule, and budget through construction. They will maintain regular communication on project status, change orders, and progress towards completion. The construction management team will attend meetings, review submittals, and respond to Requests for Information from the Engineer of Record. They should also maintain communication with Capital Projects Management Team to relay overall status of their project. Contractor Coordination: shall coordinate with other contractors should there be adjacent projects, coordinate with utility companies for identifying utilities or installation of utilities, coordinate with homeowners in the area for work in/around/adjacent to their property, coordinate to obtain required permits, coordinate with City Construction Management or any other departments required (e.g. Traffic Dept for Traffic Control Plan) to facilitate the beginning of construction. Inspection: As per standard City procedure inspectors are sent out to each project site to verify all work meets all required codes and standards. This may include electrical work, compaction, subgrade, pavement, Hot Mixed Asphalt deliveries, or any other relevant material or construction activities. Observation The City of Fresno's Traffic Operations, Streets, and Construction Management teams all have inspectors and/or staff that shall verify the streetlights, roadway, and other project elements are constructed per standard and are in proper working order. Development of As -Built Plans. The As -Built drawings are a set of plans that are marked up by the contractor to identify how various aspects of the project were actually built versus the way it was originally designed. At the completion of the project the subcontractor will provide all of the plan markups to the Construction Management team and/or the Engineer of Record to verify. Those markups will be transcribed to a set of plans and stamped as "As -Built" to keep on file for future record. Management Plan: The intersection is within the existing City Street right-of-way and will be included in the City's traffic signal and street maintenance schedule for the life of the project. City staff will manage the implementation of the project cand reporting and invoicing to the Conservancy, as required through project close-out. California Labor Code: The City of Fresno will comply with all applicable requirements in the California Labor Code applicable to "public works" as defined in Labor Code 1720 et seq. DocuSign Envelope ID: B4EAA8E5-DO74-4D9C-9495-CEDA70EBFDOE Contractor: City of Fresno Agreement: C22100019 Page 1 of 9 Exhibit A, Attachment 2 Project ❑rawings and Timeline z _ _ fn o � z O W U -< W g G'� �• r S 3 d 3 is� €-ari� _ ? Q J Q r U z W C, z Am Z ME � z ca p Q z m w Z� QSvi > — O U o o -�J Vl Leo ayy_ X ter: o n Ln I 9 B; i 'rk Or 020�Wk m sp�ri -s �6pE � �� z4 22 3'=:yi a sal e, 21 �`;3 3 o R_5 ' s � U oa�,3�� e7 1 j M 4 ot m o S iIl r m S c t tr 1dli I.� oo+t L dls 8� •1HS 13S—Noenond 3N1_1H3lb'W- Y i o :.� _ J !'�9I a;=moo>]] _0 0■y L' v �- � 1 -! 1 � II 1�r � N. OEL MAR � h < • � Y7 �� o�l911� : o I -� ' r' I �• �a �' c � o � m I i I ii= _ Tom• � k �g � o p � � „ . a w i 11l Lr-t YY 1 I. I L i I 11't J 40 MPH 02� f 1 +f I IPA z I f1 m II a MATCHLINE AUDUBON STA 14+00 Ln NO LLJ .� � 0 Q + '$ e 7 boo < z �6H r^ � i I 5 � } s to a � i I J J Y 1 I -nd yew �K- N l I ry 1 ;,IN r� 1l,l l r 1 4� r !I 1 r +, DEL , f17i: r r + � r aj;f, MW � 0 El El o 0 00 0 0 00 0 00 z c: Q sI ~�OCi9 z -1 e Y a ! f a, i i I! a 9 b tAT hi _ RJ • � !k1 Y — �A9 5 -- - a � R�. Eamon MMOMMIN 1111ii�i i n WHINK"11111101111muc LIE gone 3�€ �o �-m �Z ^= _W� a � � _, €�"o s s - � g _ � yid ■ �-off rj]g�: Ors i ■i! y� � � x � e s spa ■ An a = g... Y s � `sR ;'lip 's.t .' Y3� - ��� ['� � � a�§ ss" 'so; y3�e i K s �y � y � � i� _ u� ���g 0a �� � �. '; �3 � � a � .�"�� • � ;a � I s 1 so 2 bg3 =_ a Esc �=, " * - � - 3 � _. _ E � � �� g Y �'„s_ �J• � �'� ' i �96 �s $ >y' 4c � 'ry�% ^� �� ^P UJ� 9 � s E �Q 00+_� l b'1S 3NI3HC1dW Z O m D Q 'ar b••rtago V A`3333 i y7 t=,y+i r Ak r !ll r- 1 Ir r r� Ir rf i If If r ,� irk 1 � 1 i r f MATCHUNE STA 14+00 7 Y$ 3 iT4 _..n ..�. wn_•_..._ ,.. wy 1 oc �o 2 rn o 0 moo � o � O N L6 UCL U o o U N f0 E C N O U rn Q t*zl (uoiieoildde buipunj eqj jo lied a jou) ousaa j jo Aii:D aqj Aq ------------------ - - - - - -- - --5iaiaaeui6u3 �Caeuiuiijaad a �1 2 Z 2 Z Z Z 2 Z z z Z z z z z z z Z s z z z z z Z z z z z Z Z z z z z Z Z Z 2 i z z z Z Z z z Z z z z z z Z Y z z z z z Z z- Z Z z •� a a a a a < a a a a a a< a a a a a a e a a a a a a a a a a a a a a _< a a a a a z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z� z z z `Y a s a N a z z� _ r ry ry N N ry ry N N N N 10 a Cram,"=,`�"'",Y '" rz_N PN`'m,'C,'CC `e1 �aaa maCm��mo��c�m�'m na o n� _ N�'" r W ^_ m e j O 1. c F LL s tAary _o-LL'maPaaaaa vE E E n^ n ry N o e _ o U o N a U U z o ° z z e S E rc w S a �w z Z. a' Ew m no c a Z Z-U' r W 'O O J m m U > >,3 N cW7 W v W w �i "¢ .0WW `S > Wp a E `m m U t a O v W K 2>= a ❑ M O N W R W Z _ m e c~i LL w = c7 w` c w n a' a a° z 'Y',� o m o y z z Y z O u w u ¢ z a w w '- - a w o -A N o� E c' m CZ_7 V p a a m a n Z a i ; a m m W v o m- 0 v m r w- 0 2 W °' w W S=- O 6 rc a LL W U d d lLL U f J J 1 N d U J a- H U Ul ❑ d U d a m U U LL 0 U d RE N W W LL X o^ « «« m o 0 0 o 0 0 0 0 0 11'CPpI l'Pi'f'11'l l l l'vv v t l tv rP1111 PNI P11'1'CI f 11'i 1 �11' w �2 �2 P N R R rr�� n a v e iu rJ N y'vi n M u q so d Y�ry� gyp �1 n n ri N n W W 4 A W N rr r�i rF eZ N'ey N H H N.rLei-L- .. n w m m - u -ti � c - - .. . .. . . DocuSign Envelope ID: B4EAA8E5-D074-4D9C-9495-CEDA70EBFDOE Contractor's Name: City of Fresno Agreement Number: C2310001 Page: 1 of EXHIBIT B (Standard Agreement) BUDGET DETAIL AND PAYMENT PROVISIONS 1. Invoicing and Payment A. For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified in Cost Breakdown marked Exhibit B, Attachment 1, which is attached hereto and made a part of this Agreement. B. Invoices shall include the Agreement Number and shall be submitted in triplicate not more frequently than monthly in arrears to: San Joaquin River Conservancy ATTN: Rebecca Raus 5469 E. Olive Ave. Fresno,CA 93727 2. Budget Contingency Clause A. It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and Contractor shall not be obligated to perform any provisions of this Agreement. B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program, the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. 3. Prompt Payment Clause Payment will be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section 927. 4. Timely Submission of Final Invoice A. A final undisputed invoice shall be submitted for payment no more than ninety (90) calendar days following expiration or termination date of this Agreement, unless a later or alternate deadline is agreed to in writing by the project representative. Said invoice should be clearly marked "Final Invoice," thus indicating that all payment obligations of the State under this Agreement have ceased and that no further payments are due or outstanding. B. The State may, at its discretion, choose not to honor any delinquent final invoice if the Contractor fails to obtain prior written State approval of an alternate final invoice submission deadline. Written State approval shall be sought from the project representative prior to the expiration or termination date of this Agreement. DPR604(Rev 1212021)[Exce11212812021) nn�nrornnr Contractor's Name: City of Fresno Agreement Number: C2310001 Page: 2 of 2 EXHIBIT B (Standard Agreement) BUDGET DETAIL AND PAYMENT PROVISIONS 5 Disabled Veterans Participation Goals A. Upon completion of an awarded contract in which a commitment to achieve a DVBE goal was made, the prime contractor that entered into a subcontract with a DVBE is required to complete and submit form STD. 817 within 60 days to certify payment information to the awarding department, in accordance with Military and Veterans Code (M&VC) Section 999.5. B. For contracts awarded on or after January 1, 2021, pursuant to M&VC Section 999.7, the State shall withhold ten thousand dollars ($10,000) from the final payment, or the full final payment if less than ten thousand dollars ($10,000), until the prime contractor complies with the certification requirements of M&VC Section 999.5. Prime contractors that fail to comply with the certification requirements shall be given notice and allowed to cure the defect. If after 15 calendar days but not more than 30 calendar days from the date of the notice, the prime contractor fails to comply with the certification requirements, the State shall permanently deduct ten thoursand dollars ($10,000) from the final payment, or the full payment if less than ten thousand dollars ($10,000). The withholding applies to all contracts with a DVBE subcontractor. C. Notwithstanding any other law, an awarding department shall not withhold more than the amount specified on the final payment of any disabled veteran business enterprise contract for the purposes of ensuring compliance with the certification requirements of M&VC 999.5. DPR 604 (Rev 12/2021i:.=xc• 12/28/20211 DocuSign Envelope ID: B4EAA8E5-DO74-4D9C-9495-CEDA70EBFDOE Contractor: City of Fresno Agreement No: C23100001 Page 1 of 2 EXHIBIT B, ATTACHMENT 1 COST BREAKDOWN Budget West Audubon Drive and North Del Mar Avenue Traffic Signal Installation A. PERSONNEL SERVICES Project Role Hour Rate Amount Requested Senior Engineering Inspector 250.00 $ 45.00 $ 11,250.00 Engineering Inspector 300.00 $ 41.00 $ 12,300.00 Purchasing 80.00 $ 130.00 $ 10,400.00 City Attorney 80.00 $ 123.00 $ 9,840.00 Project Admi nistrator 240.00 $ 63.00 $ 15,120.00 Admi nistrator Staff 220.00 $ 45.00 $ 9,900.00 Deputy City Engineer 190.00 $ 70.00 $ 13,300.00 Professional Engineer 230.00 $ 53.00 $ 12,190.00 Engineerl 290.00 $ 55.00 $ 15,950.00 Survey Party Chief 80.00 $ 43.00 $ 3,440.00 Subtotal Personnel Services $ 113,690.00 Staff Benefits 44.93% $ 51,080.92 SUBTOTALA: PERSONNEL SERVICES $ 164,770.92 B. OPERATING EXPENSES: GENERAL Inspector Vehicle $ 10,000.00 Testing and Inspections $ 25,231.00 SUBTOTAL B: OPERATING EXPENSES: GENERAL $ 35,231.00 C. OPERATING EXPENSES: SUBCONTRACTORS General Contrator- Construction Contract $ 1,000,000.00 SUBTOTALC: OPERATING EXPENSES: SUBCONTRACTORS $ 1,000,000.00 GRAND TOTAL (A+B+C)J 1,200,001.92 Budget information: The Survey Party Chief supervises and trains a survey party involved in performing survey and layout work on engineering and mapping projects in the field. DocuSign Envelope ID: B4EAA8E5-D074-4D9C-9495-CEDA70EBFDOE Contractor: City of Fresno Agreement No: C23100001 Page 2 of 2 Purchasing line item covers the time for the City of Fresno's Purchasing Division to provide administrative services to the contract and procurement services. Staff benefits: This the typical benefit costs associated with City of Fresno's wage rates including medical, vision, dental, vacation, pension, and sick leave. For a full explanation of the City of Fresno's Staff benefits please see the current Fiscal Year Salary Resolution at the link below: Operating Expenses cover the City of Fresno's standard personal rates and costs associated to provide inspection and project testing services. City owned vehicles are provided as transportation to each project site. DocuSign Envelope ID: B4EAA8E5-D074-4D9C-9495-CEDA70EBFDOE Contractor's Name: City of Fresno Agreement Number: C2310001 Page: 1 of 2 EXHIBIT D — PUBLIC ENTITY (Standard Agreement) SPECIAL TERMS AND CONDITIONS 1. disputes Unless otherwise provided in this agreement, any dispute concerning a question of fact arising under this agreement which cannot be resolved informally shall be decided by the following two-step procedures. Contractor must provide written notice of the particulars of such disputes to the Project Manager or his/her duly appointed representative. The Project Manager must respond in writing within ten (10) working days of receipt of the written notice of dispute. Should Contractor disagree with the Project Manager's decision, Contractor may appeal to the second level. Pending the decision on appeal, Contractor shall proceed diligently with the performance of this agreement in accordance with the Project Manager's decision. The second level appeal must indicate why the Project Manager's decision is unacceptable, attaching to it Contractor's original statement of the dispute with supporting documents, along with a copy of the Project Manager's response. The second level appeal shall be sent to the Deputy Director of Administrative Services or his/her duly appointed representative. The second level appeal must be filed within fifteen (15) working days of receipt of the Project Manager's decision. Failure to submit an appeal within the period specified shall constitute a waiver of all such right to an adjustment of this agreement. The Deputy Director or designee shall meet with Contractor to review the issues raised. A written decision signed by the Deputy Director or designee shall be returned to Contractor within fifteen (15) working days of the receipt of the appeal. 2. Termination for Convenience State reserves the right to terminate this agreement subject to 30 days written notice to Contractor. Contractor may submit a written request to terminate this agreement only if State should substantially fail to perform its responsibilities as provided herein. 3. Force Maieure Except for defaults of subcontractors, neither party shall be responsible for delays or failures in performance resulting from acts beyond the control of the offending party. Such acts shall include but shall not be limited to acts of God, fire, flood, earthquake, other natural disaster, nuclear accident, strike, lockout, riot, freight embargo, public regulated utility, or governmental statutes or regulations superimposed after the fact. If a delay or failure in performance by Contractor arises out of a default of its subcontractor, and if such default of its subcontractor, arises out of causes beyond the control of both Contractor and subcontractor, and without the fault or negligence of either of them, Contractor shall not be liable for damages of such delay or failure, unless the supplies or services to be furnished by subcontractor were obtainable from other sources in sufficient time to permit Contractor to meet the required performance schedule. 4. Forced, Convict, and Indentured Labor No foreign -made equipment, materials, or supplies furnished to State pursuant to this agreement may be produced in whole or in part by forced labor, convict labor, or indentured labor. By submitting a bid to State or accepting a purchase order, Contractor agrees to comply with this provision of this agreement. DPR 605PE (New 121 =)(Excel 815/2005) DocuSign Envelope ID: B4EAA8E5-DO74-4D9C-9495-CEDA70EBFDOE EXHIBIT D — PUBLIC ENTITY (Standard Agreement) 5. Potential Subcontractors Contractor's Name: City of Fresno Agreement Number: C2310001 Page: 2 of Nothing contained in this agreement or otherwise, shall create any contractual relation between State and any subcontractors, and no subcontract shall relieve Contractor of its responsibilities and obligations hereunder. Contractor agrees to be as fully responsible to State for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by Contractor. Contractor's obligation to pay its subcontractors is an independent obligation from State's obligation to make payments to Contractor. As a result, State shall have no obligation to pay or to enforce the payment of any moneys to any subcontractor. 6. Priority Hiring Considerations for Contracts with a Value of $200 000 If the resulting agreement will have a total value of $200,000 or more, Contractor is hereby advised that it will be obligated to give priority consideration in filling vacancies in positions funded by the resulting agreement to qualified recipients of aid under Welfare and Institutions Code Section 11200. This requirement shall not interfere with or require a violation of a collective bargaining agreement, a federal affirmative action obligation for hiring disabled veterans of the Vietnam era, or nondiscrimination compliance laws of California and does not require the employment of unqualified recipients of aid. 7. Intellectual Property Any works developed during and/or pursuant to this agreement by Contractor, including all related copyrights and other proprietary rights therein, as may now exist and/or which hereafter come into existence, shall belong to State upon creation, and shall continue in State's exclusive ownership upon termination of this agreement. Contractor further intends and agrees to assign to State all right, title and interest in and to such materials as well as all related copyrights and other proprietary rights therein. Contractor agrees to cooperate with State and to execute any document or documents that may be found to be necessary to give the foregoing provisions full force and effect, including but not limited to, an assignment of copyright. Contractor agrees not to incorporate into or make the works developed, dependent upon any original works of authorship or Intellectual Property Rights of third parties without first (a) obtaining State's prior written permission, and (b) granting to or obtaining for State a nonexclusive, royalty -free, paid -up, irrevocable, perpetual, world-wide license, to use, reproduce, sell, modify, publicly and privately display and distribute, for any purpose whatsoever, any such prior works. 8. Contractor's Duties Obligations and Rights Contractor is hereby apprised that California Public Contract Code Section 10335 through 10381 are applicable relative to Contractor's duties, obligations, and rights in performing the agreement. DPR 605PE