Loading...
HomeMy WebLinkAboutFresno Arts Council, Inc - Agreements - 05.25.23AGREEMENT BETWEEN CITY OF FRESNO AND FRESNO ARTS COUNCIL, INC. This AGREEMENT (Agreement) is made and entered into, effectiv2023, by and between the CITY OF FRESNO, A California municipal corporation (City), and Fresno Arts Council, Inc. (FAC), a California 501(c)3 public corporation. RECITALS WHEREAS, the California Department of Transportation (CALTRANS) is authorized per the California Streets and Highways Code, Section 91.42 to expend Clean California State Beautification Program of 2021 funds towards beautifying and cleaning up state highways and eligible projects towards that goal; and WHEREAS, Transportation Art includes graphic or sculptural artwork, either freestanding or placed upon a required engineered transportation feature located on CALTRANS' right-of-way (such as a noise barrier, retaining wall, bridge, bridge abutment, bridge rail, or slope paving) that expresses unique attributes of a community's history, resources, or character; and WHEREAS, the City and CALTRANS have entered into a Transportation Art Agreement for the Project, as executed o 2023; and WHEREAS, the City has determined the need for certain Art related services to complete the work defined in the Transportation Art Agreement, and FAC has agreed to provide the same in accordance with the terms and conditions contained herein; and WHEREAS, for the consideration hereinafter set forth, and other good and valuable consideration, the receipt and sufficiency of which the parties by their signatures below affirm, the parties do mutually agree as follows; and WHEREAS, this Agreement will be administered for the City by its Public Works Director (Director) or designee. TERMS The foregoing recitals are incorporated herein for all purposes as if fully set forth. 1. SERVICES AND PERFORMANCE SCHEDULE. FAC shall perform the services set forth in Exhibit A, Scope of Services, Performance Schedule, and Compensation (the "Services"), in accordance with the performance schedule established therein. FAC shall include in the Call to Artists that the selected artist shall execute a waiver of moral rights to the public art on a form acceptable to the City. In addition to the Services set forth in Exhibit A, FAC shall fulfill all obligations imposed on the City within the CALTRANS Transportation Art Agreement, attached hereto as Exhibit C and incorporated herein by reference. 2. INDEPENDENT CONTRACTOR. FAC is an independent contractor and is not in a joint venture, partnership, principal -agent, or employer -employee relationship with the City. As such, FAC shall be solely responsible for the means, methods, techniques, sequences, and procedures utilized in the performance of the Services, and shall have sole direction and control over its employees, agents, servants, and lower -tier subcontractors. FAC, consistent with its status as an independent contractor, shall not hold itself out as, or Page 1 of 6 claim to be, an officer, agent, representative, or employee of the City, or allow its personnel to do so. 3. TERM. This Agreement shall be effective from the date first set forth above and shall continue in full force and effect through the earlier of complete rendition of the services hereunder or June 14, 2024, subject to any earlier termination in accordance with this Agreement. The Services of FAC as described in Exhibit A are to commence upon the City's issuance of a written "Notice to Proceed." 4. COMPENSATION. FAC shall perform the Services for the faced price/lump sum amount of SIX -HUNDRED FORTY-TWO THOUSAND SIX -HUNDRED DOLLARS ($642,600). 5. INVOICES. FAC shall submit its invoice to the City promptly upon completion of all Services and obligations under the Contract. For services satisfactorily rendered in accordance with the terms of this Agreement, and upon receipt and approval of the invoices by the City, the City agrees to compensate FAC with a lump sum payment of SIX -HUNDRED FORTY-TWO THOUSAND SIX -HUNDRED DOLLARS ($642,600) for a Call to Artists, which includes, but is not limited to administration and processing. The remaining funds for completed artwork on highway support columns should not exceed an amount of TEN -THOUSAND DOLLARS ($10,000) upon completion of services as described herein. The total value of the agreement shall not exceed SIX - HUNDRED FORTY-TWO THOUSAND SIX -HUNDRED DOLLARS ($642,600). 6. PAYMENT. Contingent upon FAC's submittal of a proper invoice and supporting documentation, City shall pay those undisputed amounts due and owing within the normal course of City business. 7. INSURANCE. (a) Throughout the life of this Agreement, FAC shall pay for and maintain in full force and effect all insurance as required in Exhibit B 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, State of California, and their 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. (b) If at any time during the life of the Agreement or any extension, FAC 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 FAC 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 FAC 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 Page 2 of 6 has commenced proceedings, or has had proceedings commenced against it, indicating that the insurer is insolvent. (c) The fact that insurance is obtained by FAC shall not be deemed to release or diminish the liability of FAC, 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 FAC. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of FAC, vendors, suppliers, invitees, contractors, sub -contractors, subcontractors, or anyone employed directly or indirectly by any of them. 8. INDEMNIFICATION. To the furthest extent allowed by law, FAC shall indemnify, hold harmless and defend CITY, State of California, and each of their 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, State of CA, FAC or any other person, and from any and all claims, demands and actions in law or equity (including reasonable attorney's fees, litigation expenses and cost to enforce this agreement), arising or alleged to have arisen directly or indirectly out of performance of this Agreement. FAC'S obligations under the preceding sentence shall apply regardless of whether CITY, State of California, or any of their officers, officials, employees, agents and volunteers are negligent, but shall not apply to any loss, liability, fines, penalties, forfeitures, costs or damages caused solely by the gross negligence, or caused by the willful misconduct, of CITY, State of California, or any of their officers, officials, employees, agents and volunteers. If FAC should subcontract all or any portion of the work to be performed under this Agreement, FAC shall require each subcontractor to indemnify, hold harmless and defend CITY, State of California, and each of their officers, officials, employees, agents and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Agreement. 9. NOTICES. All required notices shall be given in writing, signed by the party giving notice, and delivered to the following addresses. City of Fresno 1626 E Street Fresno, CA 93706 Mark. Stand riffCa7f resno. qov Attention: Mark Standriff Project Liaison/Program Admin Fresno Arts Council, Inc. 1245 Van Ness Fresno, CA 93721 Lilia ..fresnoartscouncil,arg Attention: Lilia G. Chavez Executive Director ENTIRE AGREEMENT. This Contract, consisting of this document, Exhibit A and, Exhibit B represents the entire and integrated agreement between City of Fresno and the Fresno Arts Council and supersedes and replaces all prior and contemporaneous inducements, understandings, agreements, arrangements, negotiations, and representations, whether written or oral, with respect to the subject matter hereof. This Contract may not be modified except in writing, by an amendment signed by the parties hereto. IN WITNESS WHEREOF, the parties have executed this Agreement at Fresno, California, on the day and year first above written. Page 3 of 6 CITY OF FRESNO, A California mun ipal cor oration By: Geor nne White City Manager BEAUTIFY FRESNO 11 nnii OF,f34 G Mark Stand iff 1,11 Program ❑ire r APPROVED AS TO FORM: ANDREW JANZ City Attorney By: . c 71 /26Z3 Heather Thomas Date Deputy City Attorney ATTEST: TODD STERMER, CMC City Clerk By: Z3 Deputy Addresses: City of Fresno Attention: Mark Standriff, Project Liaison/Program Admin 1626 E Street Fresno, CA 93706 Phone: (559) 621-8626 E-mail: Mark.Standriff@fresno.gov FRESNO ARTS COUNCIL, a California 501(c)3 public corporation By. t -? - Name L lia Gonzales Chavez Title: Executive Director (If corporation or LLC., Board Chair, Pres. or Vice Pres.) By: Name: Olga Nunez Title _Board Treasurer (If corporation or LLC., CFO, Treasurer, Secretary or Assistant Secretary) Fresno Arts Council, Inc. Attention: Lilia G. Chavez, Executive Director 1245 Van Ness Fresno, CA 93721 Phone: (559) 237-9734 E-mail: Lilia@fresnoartscouncil.org Attachments: 1. Exhibit A - Scope of Services and Performance Schedule 2. Exhibit B - Insurance Requirements 3. Exhibit C — CALTRANS Transportation Art Agreement Page 4 of 6 EXHIBIT A SCOPE OF SERVICES AND PERFORMANCE SCHEDULE Agreement between City of Fresno (City) and Fresno Arts Council, Inc. (FAC) FAC shall perform the following Services and shall complete the Services according to the following schedule: Subcontract selected Artists by November 1, 2023 1. Projects: Select and subcontract with artists to install art on highway support columns at the following location: a. Within Caltrans' right-of-way on twenty (20) columns along SR-180 at San Pablo Park. Each of the projects identified above will follow the tasks noted below. Task 1: Request for Proposals a) FAC shall prepare the Call to Artists b) FAC shall identify a list of artists to receive the Call to Artists c) FAC shall coordinate and facilitate a pre -proposal meeting Task 2: Art Selection Committee Formation a) FAC shall, in conjunction with the City, identify three (3) to 7 people to serve on the Art Selection Committee. b) FAC shall contact and obtain commitments from at least three (3) members to serve on the Art Selection Committee. Task 3: Art Selection Meetings a) FAC shall coordinate up to four (4) meetings for the selection of art. Coordination refers to scheduling meetings to meet members' availability, identifying a location for the meeting, facilitating the meeting, and preparing a record of the meeting. b) The four (4) meetings are expected to consist of the following general agendas: Meeting 1: Orientation to the project (project background; development and or review of the Call to Artist) Meeting 2: Review of proposals received from artists; select up to three (3) artists for more refined proposals. • Meeting 3: Presentations from finalists; select artist(s) • Meeting 4: Contingency meeting if necessary Task 4: Subcontract a) FAC shall subcontract with the selected artist/s as an agent of City to provide artist payment for the project. Page 5 of Task 5: Oversight of Traffic Control a) FAC shall contract with a Traffic Control Consultant to determine the Traffic Control requirements for the installation. b) FAC shall acquire and pay for the recommended Traffic Control measures. c) FAC shall maintain Traffic Control throughout the time required for installation of the artwork on highway support columns. Deliverables: • Art Selection Committee ■ Coordination and facilitation of up to four (4) Art Selection Committee meetings • Scope of Work for Public Art Call to Artists • Coordinate and facilitate a pre -proposal meeting • Subcontract selected Artists Due: Work to be completed by June 14, 2024. Page 6 of 6 EXHIBIT B INSURANCE REQUIREMENTS Agreement between City of Fresno (City) and Fresno Arts Council, Inc. (FAC) MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: 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 (including, without limitation, indemnity obligations under the Agreement) with limits of liability not less than those set forth under "Minimum Limits of Insurance." 2. 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). Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. MINIMUM LIMITS OF INSURANCE FAC 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, State of California, and their 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: COMMERCIAL GENERAL LIABILITY (i) $1,000,000 per occurrence for bodily injury and property damage; (ii) $1,000,000 per occurrence for personal and advertising injury; (iii) $2,000,000 aggregate for products and completed operations; and, (iv) $2,000,000 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 reguired by the State of California with statutory limits and EMPLOYER'S LIABILITY with limits of liability not less than: (i) $1,000,000 each accident for bodily injury; (ii) $1,000,000 disease each employee; and, (iii) $1,000,000 disease policy limit. 4. UMBRELLA OR EXCESS INSURANCE (i) $5,000,000 per occurrence/aggregate DEDUCTIBLES AND SELF -INSURED RETENTIONS FAC shall be responsible for payment of any deductibles contained in any insurance policy(ies) required herein and FAC 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, State of California, and their officers, officials, employees, agents and volunteers; or (ii) FAC 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. OTHER INSURANCE PROVISIONS/ENDORSEMENTS (i) 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. FAC 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, FAC 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, FAC 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. (ii) The Commercial General and Automobile Liability insurance policies shall be written on an occurrence form. (iii) The Commercial General, Automobile, and Excess Liability insurance policies shall be endorsed to name City, its officers, officials, agents, employees and volunteers as an additional insured. FAC shall establish additional insured status for the City and for all ongoing and completed operations under the Commercial General Liability policy 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 20 37. (iv) The Commercial General, Automobile, and Excess Liability insurance shall contain, or be endorsed to contain, that the FACS' insurance shall be primary to and require no contribution from the City and State of CA. These coverages shall contain no special limitations on the scope of protection afforded to CITY, State of California, and their officers, officials, employees, agents and volunteers. If FAC maintains higher limits of liability than the minimums shown above, City and State of CA requires and shall be entitled to coverage for the higher limits of liability maintained by FAC. (v) 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. (vi) The Workers' Compensation insurance policy shall contain, or be endorsed to contain, a waiver of subrogation as to CITY, State of CA, and their officers, officials, agents, employees and volunteers. (vii) The Commercial General and Automobile Liability insurance policies shall contain, or be endorsed to contain, a waiver of subrogation as to CITY, State of CA, and their officers, officials, agents, employees and volunteers. PROVIDING OF DOCUMENTS - FAC shall furnish CITY with all certificate(s) and applicable endorsements affecting 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, FAC 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 FAC shall also be required to provide all documents noted herein. SUBCONTRACTORS - If FAC subcontracts any or all of the services to be performed under this Agreement, FAC will be solely responsible for ensuring that its subcontractors maintain insurance coverage as required herein. 06-FRE-180-57.61 EA: 06-1 E740 Project lD:0622000094 Agreement No. 06 — 1788 TRANSPORTATION ART AGREEMENT Clean California Beautification Fund Contribution JUAe- 2-7, 2 o Z- This AGREEMENT, effective - is between the State of California, acting through its Department of Transportation, referred to as CALTRANS, and: City of Fresno, a body politic and municipal corporation or chartered city of the State of California, referred to hereinafter as CITY. RECITALS i. PARTIES are authorized to enter into a cooperative agreement for improvements to the State Highway System per the California Streets and Highways Code, Section 114. 2. CALTRANS is authorized per the California Streets and Highways Code, Section 91.42 to expend Clean California State Beautification Program of 2021 funds (FUNDS) towards beautifying and cleaning up state highways and eligible projects towards that goal. 3. Transportation Art includes graphic or sculptural artwork, either freestanding or placed upon a required engineered transportation feature located on CALTRANS' right-of-way (such as a noise barrier, retaining wall, bridge, bridge abutment, bridge rail, or slope paving) that expresses unique attributes of a community's history, resources, or character, 4. CALTRANS intends to provide funding to CITY, and CITY agrees to procure artist(s), administer artist contracts, provide and install the Transportation Art Mural Paintings on twenty (20) Columns, at San Pablo Park under SR 180 at Belmont Ave. and San Pablo, hereinafter referred to as PROJECT. 5. The term AGREEMENT, as used herein, includes any attachments, exhibits, and amendments. 6. CITY shall obtain an encroachment permit from CALTRANS prior to the commencement of any PROJECT work within CALTRANS' right-of-way. 7. CITY will follow the CALTRANS encroachment permit requirements for any and all PROJECT work within CALTRANS' right-of-way, including by not limited to, installation of artwork. Page 1 of 7 Agreement No. 06-1788 CALTRANS will pay CITY an amount not to exceed $675,000 from FUNDS required for PROJECT. 9. CALTRANS and CITY hereby set forth the terms, covenants, and conditions for CALTRANS' contribution toward PROJECT. SCOPE 10. CITY is responsible for completing all work for PROJECT. 11. CITY shall adhere to the CALTRANS' Transportation Art requirements as set forth in CALTRANS' Project Development Procedures Manual (PDPM), Chapter 29, Section 9, Transportation Art and CALTRANS' Transportation Art website at hit s:lldot.ca. avl ra rantsldesr n/la landsca e-architectztre-rind-eommitnity- livabilit lZa -liv-'-trans ortatian-art. This includes, but is not limited to, submittal of a Transportation Art Proposal (TAP) to CALTRANS, execution of an Assignment and Transfer of Copyright and Waiver of Moral Rights in Artwork Agreement (Caltrans Copyright Assignment, CCA), and Project Specific Maintenance Agreement (PSMA). 12. CITY agrees that before commencing any PROJECT work on CALTRANS right-of-way, LOCAL AGENCY and CALTRANS will enter into a PSMA for maintenance of the PROJECT. PARTIES agree that no encroachment permit(s) will be issued by CALTRANS for PROJECT until the PSMA is fully executed. INVOICE & PAYMENT 13. CITY will invoice, no more frequently than monthly, and CALTRANS will reimburse for actual costs incurred and paid towards PROJECT. 14. CALTRANS will pay CITY within 45 (forty-five) calendar days of receipt of invoices. 15. CALTRANS and CITY agree that the total amount of FUNDS paid out to CITY will not exceed $675,000. 16- After CALTRANS and CITY agree that all work for PROJECT is complete, CITY will submit a final accounting for all costs. Based on the final accounting, CITY will refund or invoice as necessary in order to satisfy the financial commitment of AGREEMENT. GENERAL CONDITIONS 17. All portions of this AGREEMENT, including the Recitals section, are enforceable. 18. All obligations of CALTRANS under the terms of AGREEMENT are subject to the appropriation of resources by the Legislature and the State Budget Act authority. Page 2 of 7 Agreement No. 06-1788 19. If CITY fails to complete the PROJECT for any reason, CITY shall, at CITY's expense, return CALTRANS right-of-way to its original condition or to a safe and operable condition acceptable to CALTRANS. if CITY fails to do so, CALTRANS reserves the right to finish the work or place the PROJECT in a safe and operable condition. CALTRANS will bill CITY for all expenses incurred and CITY agrees to pay said bill within forty-five (45) days of receipt. 20. HM-1 is hazardous material (including, but not limited to, hazardous waste) that may require removal and disposal pursuant to federal or state law, whether it is disturbed by the PROJECT or not. HM-2 is hazardous material (including, but not limited to, hazardous waste) that may require removal and disposal pursuant to federal or state law only if disturbed by the PROJECT. The management activities related to HM-1 and HM-2, including and without limitation, any necessary manifest requirements and disposal facility designations are referred to herein as HM-I MANAGEMENT and HM-2 MANAGEMENT respectively. 21. If HM-I or HM-2 is found during PROJECT work, CITY will immediately notify CALTRANS. 22. CALTRANS, independent of PROJECT, is responsible for any HM-I found within the existing CALTRANS right-of-way. CALTRANS will undertake, or cause to be undertaken, HM-1 MANAGEMENT with minimum impact to PROJECT schedule. CALTRANS, independent of PROJECT will pay, or cause to be paid, the cost of HM-I MANAGEMENT related to HM-I found within the existing CALTRANS right-of-way. 23. CITY, independent of PROJECT, is responsible for any HM-I found within PROJECT limits and outside the existing CALTRANS right-of-way. CITY will undertake or cause to be undertaken HM-I MANAGEMENT with minimum impact to PROJECT schedule. CITY, independent of the PROJECT, will pay, or cause to be paid, the cost for 14M-1 MANAGEMENT for HM-1 found within PROJECT limits and outside of the existing CALTRANS right-of-way. 24. CITY is responsible for HM-2 MANAGEMENT within the PROJECT limits. 25. HM-2 MANAGEMENT costs are PROJECT costs. 26. CALTRANS and CITY will enter into a PSMA before PROJECT work is performed within CALTRANS right-of-way. CITY understands and acknowledges the terms of the PSMA will include, but are not limited to, CITY shall be responsible for all regular and emergency maintenance, repair, and replacement of the PROJECT at the LOCAL AGENCY'S expense for as long as the artwork remains in place. Page 3 of 7 Agreement, No. 06-1788 27. The PSMA will include indemnification provisions for anything done or omitted to be done by CITY under or in connection with PROJECT. 28. Neither CITY nor any officer or employee thereof is responsible for any injury, damage, or liability occurring by reason of anything done or omitted to be done by CALTRANS, its contractors, sub -contractors, and/or its agents under or in connection with any work, authority, or jurisdiction conferred upon CALTRANS under AGREEMENT. It is understood and agreed that CALTRANS, to the extent permitted by law, will defend, indemnify, and save harmless CITY and all of its officers and employees from all claims, suits, or actions, including reasonable attorneys' fees, of every name, kind, and description, brought forth under, but not limited to, tortious, contractual, inverse condemnation, or other theories and assertions of liability occurring by reason of anything done or omitted to be done by CALTRANS, its contractors, sub -contractors, and/or its agents under AGREEMENT. 29. Neither CALTRANS nor any officer or employee thereof is responsible for any injury, damage, or liability occurring by reason of anything done or omitted to be done by CITY, its contractors, sub -contractors, and/or its agents under or in connection with any work, authority, or jurisdiction conferred upon CITY under AGREEMENT. It is understood and agreed that CITY , to the extent permitted by law, will defend, indemnify, and save harmless CALTRANS and all of its officers and employees from all claims, suits, or actions, including reasonable attorneys' fees, of every name, kind, and description brought forth under, but not limited to, tortious, contractual, inverse condemnation, claims based on (1) 17 U.S.C. §§ 10 1 -8 10 (the Copyright Act of 1976, as modified), (2) 17 U.S.C. § 106A(a) (the Visual Artists Rights Act of 1990, "VARA"), (3) 17 U.S.C. § 113, (4) California Civil Code § 987 (the California Art Preservation Act), California Civil Code §989, or (5) any other rights arising under U.S. federal or state laws or under the laws of any other country that conveys rights and protections of the same nature as those conveyed under 17 U.S.C. § 106A(a) and California Civil Code §987, intellectual property claims arising from or related to breach of contract, inverse condemnation, conversion, and/or taking of property, or other theories and assertions of liability occurring by reason of anything done or omitted to be done by CITY, its contractors, sub -contractors, and/or its agents under AGREEMENT. Page 4 of 7 Agreement No. 06-1788 30. If the work performed on PROJECT is done under contract and falls within the Labor Code section 1720(a)(1) definition of "public works" in that it is construction, alteration, demolition, installation, or repair; or maintenance work under Labor Code section 1771 CITY must conform to the provisions of Labor Code sections 1720 through 1815, and all applicable provisions of California Code of Regulations found in Title 8, Chapter 8, Subchapter 3, Articles 1-7. CITY agrees to include prevailing wage requirements in its contracts for public work. Work performed by CITY's own forces is exempt from the Labor Code's Prevailing Wage requirements. CITY shall require its contractors to include prevailing wage requirements in all subcontracts funded by AGREEMENT when the work to be performed by the subcontractor is "public works" as defined in Labor Code Section 1720(a)(1) and Labor Code Section 1771. Subcontracts shall include all prevailing wage requirements set forth in CITY contracts. 31. AGREEMENT is intended to be CALTRANS' and CITY 's final expression and supersedes all prior oral understandings pertaining to PROJECT, with the exception of the required agreements to complete CALTRANS' Transportation Art process as discussed herein. The required agreements include, but are not limited to, the TAP, CCA, and PSMA. 32. AGREEMENT will terminate upon CALTRANS' acceptance of PROJECT. However, all indemnification and maintenance articles of AGREEMENT will remain in effect until terminated or modified in writing by mutual agreement. Page 5 of 7 Agreement No. 06-1788 CONTACT INFORMATION CALTRANS and CITY will notify each other in writing of any personnel or location changes. Contact information changes do not require an amendment to AGREEMENT. CALTRANS Shavonne Conley, Project Manager 2015 E. Shields Ave. Fresno, CA 93726 Mobile Phone: (559) 383-5609 shavonne.conley@dot.ca.gov City of Fresno Jason Miller, Supervising Professional Engineer 2600 Fresno Street Fresno, CA 93721 Office Phone: (559) 621-8653 jason.miller@fresno.gov Page 6 of 7 Agreement No. 06-1788 SIGNATURES CALTRANS and CITY are empowered by the law to enter into this AGREEMENT and have delegated to the undersigned the authority to execute this AGREEMENT on behalf of the respective agencies and covenants to have followed all the necessary legal requirements to validly execute this AGREEMENT. CALTRANS and CITY acknowledge that executed copies of this AGREEMENT may be exchanged by facsimile or email, and that such copies shall be deemed to be effective as originals. STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION &Z/<�2 - Diana rnez District Director Verification of funds and authority: V i 0 Claudia Juarez District Resource Manager Certified as to financial terms andpolicies' .5-00,m OVUM Darwin Salmos HQ Accounting Supervisor CITY OF FRESNO Randall Morrison Assistant Director of Public Works Attest: 7 �rias�tt-Parra S; d 5ain %c Approved as to form andprocedure: Heather Thomas Attomey Page 7 of 7