Loading...
HomeMy WebLinkAboutContract 45819 MY SECRLVrAW� CONTRACT N0. PROFESSIONAL SERVICES AGREEMENT BETWEEN THE JOHN GRANT AND THE CITY OF FORT WORTH This PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH (the "City"), a home rule municipal corporation situated in Texas, acting by and through Fernando Costa, its duly authorized Assistant City Manager, and John Grant (the "Contractor"), an individual, each individually referred to as a "party" and collectively referred to as the "parties." City has designated the Arts Council of Fort Worth and Tarrant County, Inc. to manage this Agreement on its behalf ("Contract Manager"). The Contract Manager shall act through its designated Public Art Collection Manager. CONTRACT DOCUMENTS: The Contract documents shall include the following: 1. This Agreement for Professional Services 2. Exhibit A—The Artwork 3. Exhibit B—Contractor's Proposal 4. Exhibit C—Compensation and Payment Schedule 5. Exhibit D—Texas Sales and Use Tax Exemption Certificate 6. Exhibit E—Affidavit All Exhibits attached hereto are incorporated herein and made a part of this Agreement for all purposes. In the event of any conflict between the documents, the terms and conditions of this Professional Services Agreement shall control. The term "Contractor" shall include the Contractor, and his officers, agents, employees, representatives, servants,contractors or subcontractors. The term "City"shall include its officers, employees, agents, and representatives. 1. SCOPE OF SERVICES. 1.1. Contractor hereby agrees to provide the City with professional services as outlined in this section and Exhibit "B," Contractor's Proposal, which is attached and incorporated for all purposes incident to this Agreement. As additional work to that set out in Section 1.2 below, and additionally Mcompensated under the same rates set out in Exhibit C, Contractor, if requested by City, will also assist with installation of a mechanism of mechanically lowering and raising a piece of artwork entitled Intimate r., Apparel & Pearl Earrings ("Artwork"), depicted in Exhibit "A," The Artwork, which is attached and rr1 incorporated for all purposes incident to this Agreement. The Artwork is owned by the City and sited at ® the Fort Worth Convention Center located at 1201 Houston Street, Fort Worth, Texas 76102 ("Site"). The c Contractor is the originating fabricator of the Artwork and installed it at the Site. c� rn1.2. Contractor shall develop an installation plan ("Plan") for a new electrically-operated ® hanging system ("System"), more specifically, a motorized winch and cable system for the Artwork at the Site, and determine the equipment brand and specifications necessary to operate such a system. Contractor shall endeavor to be done within ten (10) business days of the Effective Date of this Agreement. Upon City approval of the Plan and selected equipment ("Equipment"), Contractor shall immediately purchase all Equipment for the System and have it shipped to the Site for instillation at the Professional Services Agreement between City of Fort Worth and John Grant to assist the Fort Worth Public Art Program Execution Copy 8/1/14 1of17 Site. Contractor shall endeavor to facilitate expedited shipment of equipment immediately after receiving City's approval of the Plan and selected Equipment. City is atax-exempt organization and no state or local sales taxes or federal excise taxes shall be due pursuant to this Agreement. City shall supply Contractor with the certificate for use by Contractor in the fulfillment of this Agreement in substantially the same form as Exhibit "D," Texas Sales and Use Tax Exemption Certificate, which is attached and incorporated for all purposes incident t o t his Agreement. 1.3. As part of the Plan, Contractor shall I.),rovide comprehensive working drawings detailing the structural design, and a written narrative as necessary,detailing the means of installing all elements of the Equipment forte System on the Site, together with other such graphic material to permit City to carry out structural design review. All engineering documents must be signed and stamped by an engineer licensed to work in the State of Texas. Contractor's engineer shall provide Professional Liability Insurance at the rates listed in section 10.2 of this Agreement, Contractor will provide the Contract Manager a certificate of insurance from the engineer and provide City with a 30-day notice of cancellation of any policy required hereunder. City will conduct a review of the Plan prior to installation of the Equipment forte System at the Site. Asp of the City's review, City is solely responsible for insuring and verifying that the capacity of the existing roof trusses and structure are adequate to support the additional loading of the Equipment, the hanging solution, and the description of how to install the equipment, as further set out in the Plan. The City has provided Contractor with some initial design drawings of the existing building, but has not provided Contractor with "As-Built" drawings and plans. City acknowledges that Contractor's Plan is based on the initial design drawings supplied by City, and Contractor and his subcontractor shall not be responsible for any delays in the installation or increased costs arising from or related to undisclosed or undocurnented.conditions. Contractor shall be compensated under the rates set out in Exhibit C for any subsequent additions, modifications, or revisions to Contractor's Plan arising from,related to,or required by undisclosed or undocumented conditions. 1.4. Contractor shall coordinate with the City's Installation Contractor, LJnified Fine Art Services, Inc., and others, as necessary, to ensure proper integration of the Equipment for the System into the Site per the approved Plan. . 1.5. Contractor, upon request of Contract Manager, shall provide further information related to the Plan and be available to discuss the Plan by phone with appropriate City staff for purposes of risk assessment and safety review. 1.6. Additional services, supplies, rentals, or deliverables must be approved in writing in advance of performance. Contractor will only be compensated for any such additional services or reimbursed as agreed to by the parties. LT If the City requires Contractor to be available for on-site consultation services, City will authorize Contractor to travel to the Site. Contractor will only be paid if travel is authorized by City in writing and will only be reimbursed at the rates outlined in Exhibit "C," Compensation and Payment Schedule,which is attached and incorporated for all purposes incident to this Agreement,. 1.8. Contractor shall be responsible for the payments of all expenses incurred that pertain to services being performed under this Agreement, including but not limited to Contractor's services, cost of Equipment for the Systern including materials, mailing/shipping charges, engineer's insurance on the Plan, engineering costs, other insurance costs, costs of all travel for Contractor and any other subcontractors, and any additional costs for the Contractor's agents, consultants, subcontractors or employees necessary for the proper pfff"Orinance of the services required under this Agreement. City will be responsible for costs associated with electrical service for the Equipment and fees associated with the Professional Services Agreement betweeirii City off ort Worth and John Grant to assist the l�'ort Worth Public An Prop= Execution Copy. M/14 2 of 17 use of City's Installation Contractor, Unified Fine Art Services, Inc., for installation of the Equipment for the System at the Site. 1.9. Contractor shall make timely payments to all persons and entities supplying labor, materials, services, or equipment for the performance of this Agreement. THE CONTRACTOR SHALL DEFEND AND INDEMNIFY THE CITY AND THE CONTRACT MANAGER FROM ANY CLAIMS OR LIABILITY ARISING OUT OF THE CONTRACTOR'S FAILURE TO MAKE THESE PAYMENTS. Contractor shall furnish the City an affidavit certifying that all bills relating to services or supplies used in the performance of this Agreement have been paid, attached hereto as Exhibit "E," Affidavit, which is attached and incorporated for all purposes incident to this Agreement. 2. TERM. This Agreement shall commence upon the date that both the City and Contractor have executed this Agreement ("Effective Date") and end after City makes payment to Contractor for all services provided under this Agreement, unless terminated earlier in accordance with the provisions of this Agreement. 3. COMPENSATION. The City shall pay Contractor an amount not to exceed fifteen thousand, six hundred, twelve dollars and no cents ($15,612.00) in accordance with the provisions of this Agreement, Exhibit B, and Exhibit C. If any conflict exists between Exhibit B and Exhibit C, the terms of Exhibit C shall control. Contractor shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in writing the additional costs for such services. The City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless the City first approves such expenses in writing. 4. TERMINATION. 4.1. Convenience. The City or Contractor may terminate this Agreement at any time and for any reason by.providing the other party with 30 days' written notice of termination. 4.2. Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder, City will notify Contractor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3. Breach. Subject to Section 28 herein, either party may terminate this Agreement for breach of duty, obligation or warranty upon exhaustion of all remedies set forth in Section 28. 4.4. Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, the City shall pay Contractor for services actually rendered up to the effective date of termination and Contractor shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Contractor shall provide the City with copies of all completed or partially completed documents prepared under this Agreement. In the event Contractor has received access to City information or data as a requirement to perform services hereunder, Contractor shall return all City provided data to the City in a format deemed acceptable to the City. Professional Services Agreement between City of Fort Worth and John Grant to assist the Fort Worth Public Art Program Execution Copy 8/1/14 3of17 5. DISCLOSURE OF' CONFLICTS AND CONFIDENTIAL INFORMATION. 5.1. Disc losu'r"e of C"o'riflicls.-C ontractor hereby warrants to the City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under this Agreement, In the event that any conflicts of interest arise after the L. festive Date of this Agreement,Contractor hereby agrees immediately to make full disclosure to the City in writing. 5.1 Corifi'dential Information. Contractor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by the City as corifidential and shall not disclose any such inf6rination to a third party without the prior written approval of the City. 5.3, Unauthorized Access, Contractor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Contractor shall notify the City immediately if the security or integrity of any City information has been coinpromised or is believed to have been compromised, in which event, Contractor shall, in good faith, use all commercially reasonable efforts to cooperate with the City in identifying what information has been accessed by unauthorized means and shall fully cooperate with the City to protect such information from further unauthorized disclosure. 6. RIGHT TO AUDIT. Contractor agrees that the City shall, until the expiration of three(3)years after final payment under this contract, or the final conclusion of any audit conirrienced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this Contract at no additional cost to the City. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. Contractor further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall, until expiration of three (3) years after final payment of the subcontract, or the final conclusion of any audit commenced during the said three years have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice ol"intended audits. 7. 111NME—PENDENT CONTRACTOR. It is expressly understood and agreed that Contractor shall operate as an independent contractor as to all rights and privileges and work performed under this agreement, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement,Contractor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and ornissions of its officers, agents, servants, employees, contractors and subcontractors, Contractor acknowledges that the doctrine of re fwneleat Superim,shall not apply as between the City, its officers, agents, servants and employees, and Contractor, its officers, agents, employees, servants, contractors and subcontractors. Contractor further agrees that nothing Nofessiona Services Agreement between O y offort Worth and John Grant to assist the F:ort Worth Public Art Progmm Execution Copy 8/1114 4 of 17 herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor. It is further understood that the City shall in no way be considered a Co-ertiployer or a Joint employer of Contractor or any officers, agents, servants, employees or subcontractors of Contractor. Neither Contractor, nor any officers, aj..;ents, servants, ernployees or subcontractors of Contractor shall be entitled to any employinent benefits frorn the City. Contractor shall be responsible and liable for any and all paynient and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or subcontractors, 8. LIABILITY AND INDEMNIFICATION. 8.1. LIABILITY. CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONTRACTOR,ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES. 8.2. INDEMNIFICATION. CONTRACTOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONTRACTOR'S BUSINESS AND ANY RESULTING LOST PROFITS)AND/OR.PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF CONTRACTOR, ITS OFFICERS, AGENTS,SERVANTS OR EMPLOYEES. 8.3. COPYRIGHT INFRINGEMENT. Contractor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against the City for infringement of any patent, copyright, trade secret, or similar property right arising from City's use of the System and/or Equipment in accordance with this Agreement. Contractor shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim, and City agrees to cooperate with it in doing so. City agrees to give Contractor timely written notice of any such claim or action,with copies of all papers City may receive relating thereto. If the System and/or Equipment or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Contractor shall, at its own expense and as C'ity's sole remedy, either: (a) procure for City t right to continue to use the System and/or Equipment; (yr(b) modify the System and/or Equipment to make it non-infringing, provided that such modification does not materially adversely affect City; or (c) replace the System and/or Equipment with equally suitable, compatible, and functionally equivalent non-infringing System and/or Equipment at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Contractor, terminate this Agreement and refund to City the payments actually made to Contractor under this Agreement. 9. ASSIGNMENT AND SUBCONTRACTING. Contractor shall not assign or subcontract any of its duties, obligations or rights under this Agreetrient without the prior written consent of the City; however, City expressly grants Contractor the right to Subcontract engineering services. If the City grants consent to an assigninent, the assignee shall ProfessuonM Sery iii es Agreement between City of Worth era ,john Grant to assist the Foid Worth Pubfic Art Prop granh Execution Copy$/q/q4 5 of 17 ........................... execute a written agreement with the City and the Contractor under which the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement. The Contractor and Assignee shall be jointly liable for all obligations of the Contractor under this Agreement prior to the effective date of the assignment. If the City grants consent to a subcontract, the subcontractor shall execute a written agreement with the Contractor referencing this Agreement under which the subcontractor shall agree to be bound by the duties and obligations of the Contractor tinder this Agreement as such duties and obligations may apply. The Contractor shall provide the City with a fully executed copy of any such subcontract. 10. INSURANCE. Contractor shall provide the City with certificate(s) of insurance documenting policies of the following minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1. Coverage and Limits for Contractor. (a) Commercial General Liability $1,000,000 Each Occurrence $1,000,000 Aggregate 10.2. Coverage and Limits for Contractor's Subcontracted Engineer. (a) Commercial General Liability $1,000,000 Each Occurrence $1,000,000 Aggregate (b) Professional Liability $2,000,000 Each Occurrence $1,000,000 Aggregate 10.3. Generp]Rgqqirements. (a) The commercial general liability and professional liability policies shall name the City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers,officials,agents,and volunteers in respect to the contracted services, (b) A minimum of Thirty (30) days notice of cancellation or reduction in limits of coverage shall be provided to the City. Ten (10) days notice shall be acceptable in the event of non- payment of premium. Notice shall be sent to the Risk Manager, City of Fort Worth, 1000 Throckmorton,Fort Worth,Texas 76102, with copies to the City Attorney at the same address. (c) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a ininimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent Financial strength and solvency to the satisfaction of City's Risk )Management. If the rating is below that required, written approval of City's Risk Management is required, (d) Any failure on the part of the City to request required if"ISUrance documentation shall not constitute a waiver of the insurance requirement, Professional Services Agieemnent between City of Fon Worth and.JohnGr-ant to asMst the Fort Worth Public Art Program Execution Copy 8/1/14 6 of 17 ................ .............................................................................................................. (e) Certificates of Insurance evidencing that the Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with any work pursuant to this Agreement. 11. COMPLIANCE WITH LAWS ORDINANCES RULES AND REGULATIONS. Contractor, agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulartjol]S, If the City notifies Contractor of any violation of such laws, ordinances:, rules or regulations:,Contractor shall immediately desist from and correct the violation, 12. NON-DISCRIMINATION COVENANT. Contractor, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. If any claim arises from an alleged violation of this non- discrimination covenant by Contractors its personal representatives, assigns, subcontractors or successors in interest, Contractor agrees to assume such liability and to indemnity and defend the City and hold the City harmless from such claim, 13. NOTICES. Notices required pursuant tote provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: City of Fort Worth John Grant Attn: Fernando Costa, Assistant City Manager 2626 Chestnut Place Street 1040'rhrockmorton Denver,Colorado 80216 Fort Worth TX 76102-63 11 Facsimile: (720)962-0114 Facsimile: (817)392-8654 With Copy to the City Attorney At same address 1, 14. SOLICITATION OF EMPLOYEES. Neither the City nor Contractor simll, during the term of this Agreement and additionally for a period of one (1) year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agmement, without the prior written consent of the person's employer, Notwithstanding the foregoing, this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. GOVERNMENTAL POWERS/IMMUNITIES. ProfessioW SeMces A greernent between Oty of Fovi Wwth and John Grant to&ssstague Fort Worth PuNic Art Program Execution Copy 8/ 4 7 of 17 It is understood and agreed that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 16. NO WAIVER. The failure of the City or Contractor to insist upon the performance of any to or provision of this Agreement or to exercise any right granted herein shall not constittite a waiver of the City's or Contractor's respective right to insist upon appropriate perfimmance or to assert any such right on any future occasion. 17. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted,at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District ourexw, Fort Worth Division, is. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. The City and Contractor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in perf.'on.nance due to force majeure or other causes beyond their reasonable control, including, but not limited to, cornplicuice with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority,transportation problerns and/or any other similar causes. 20. HEADINGS NOT CONTROLLING Headings and titles used in this Agreement are for reference purposes only, shall not be deerned a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. REVIEW OF COUNSEL., The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. 22. AME NDMENTS. No amendment of this Agreement shall be binding upon a party hereto unless such amendment is set forth in a written instrument,which is executed by an authorized representative of each party. 23. ENTIRETY 01FAGREEMENT. Professional Services Agreement between Cky of Fort Wonhwid John Grant to assist the l`ott Worth Public Art Progi-am Execution Copy 8/1/14 8 of 1.7 This Agreement, including the schedule of exhibits attached hereto and any documents incorporated herein by reference, contains the entire understanding and agreement between the City and Contractor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. COUNTERPARTS AND ELECTRONIC SIGNATURES. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. A signature received via facsimile or electronically via email shall be as legally binding for all purposes as an original signature. 25. WARRANTY OF SERVICES. Contractor warrants that his services will be of a professional quality and conform to generally prevailing industry standards. Contractor provides a one (1) year warranty of his System design commencing upon completion of the installation of the System. Contractor further provides a one (1) year warranty on all Equipment installed at the site above and beyond any manufacturer's warranty commencing upon completion of the installation of the System. In the event that any portion of the System must be repaired or replaced due to ineffectiveness, defects in materials, or otherwise, Contractor shall pay all costs of repair or replacement, including all costs of material, equipment or supplies; travel expenses; and transportation or shipping costs for replacement material, equipment, or supplies. City must give written notice of any breach of this warranty section within thirty (30) days from the date that the breach was actually known to City. Upon notice to Contractor, at Contractor's option, Contractor shall either (a) use commercially reasonable efforts to re-perform the services in a manner that conforms with this warranty, or (b) refund all fees paid by the City to Contractor under this Agreement. This warranty section shall survive any expiration or termination of this Agreement. 27. IMMIGRATION NATIONALITY ACT. , The City of Fort Worth actively supports the Immigration & Nati6nalit�t Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Contractor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Contractor shall complete the Employment Eligibility Verification Forirf m(t-9),,,'maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Contractor shall provide City with a certification letter that it has complied with the M verification requirements required by this Agreement. Contractor shall indemnify City from any penalties e or liabilities due to violations of this provision. City shall have the right to immediately terminate this OAgreement for violations of this provision by Contractor. 28. INFORMAL DISPUTE RESOLUTION. CID a Except in the event of termination pursuant to Section 4.2, if either City or Contractor has a claim, dispute, or other matter in question for breach of duty, obligations, services rendered or any warranty that arises under this Agreement,the parties shall first attempt to resolve the matter through this dispute resolution Professional Services Agreement between City of Fort Worth and John Grant to assist the Fort Worth Public Art Program Execution Copy 8/1/14 9of17 process, The disputing party shall notify the other party in writing as soon as practicable after discovering the churn, dispute, or breach. 'Ibe notice shall state the nature of the dispute and list the paqys specific reasons for such dispute. Wifliin ten (10) business days of mceipt of the notice, both parties shall comnience the wsolution process and make a good faith of either diroup ,ji email, mail, phone conference, in person triectirkg,s,or other reasonable means to resolvc miy claim,disj)ute, breach or other matter in question that may wise out of, or in corarection with this Agreenient. If the parties fail to resolve the dispute within sixty (60) days of the date, of rcceilA of the jiobce of the dispute,then the parties may submit the matter to non-binding mediation in Torauit County, 'Fex&s, upon written consent of mithori7ed representatives of both parties in accordance with the hidustr), Arbitration Rules of the American Arbitration Association or other applicable rales goveining mediation then in effect, 'Me mediator shail be agTeed to by the partics. Each party shall be liable for its own expenses, including attorney's fees;bowevcr., the parties shall share equally in the costs of the mediation. If the pwties cannot resolve the dispute tl'irough inediation,then either pasty shall have the figOlt to exercise -my and all rtmedies availabic under law regarding the dispute. Notwithstmiding the fact that the parties may be atternpfing to resolve a dispute in accordance with this informal dispute resolution. process, the parties agree to conthrue without delay all of their.,respective duties and obligations under this Agreement not affected by the dispute, Either party may, befbm or during the exercise of the informal dispute resolution process set forth herein,apply to a court having jurisdiction for a ternporary restraining order or preliminary injunction where such refief is necessan, to protect its interests, 29. TIME EXTENSIONS. The Parties may agree, in writing, to extend or jnodif , any of the time deadlines set forth in this Agreernea IN W'I I NESS WHE REOC , the parties hereto have executed this Agreement in multiples this day Of— 20 ACCEPTED AND AGREED: CITY OF FORT WORTM JOHN GRANT .......... By. Fernando Costa 10 . GRANT Assistant it Manager A Date- Date: Vj ATTEST; Arl'EST, By: 'Mary J, Ka sea City Secretar,v CONTRACT AID THORIZATIONa M&C Date Approved: 11rofessional Services Agreement between City of Fon Wodh and Doha Grant to m6st live rod WaM Public Art Pfogam, Exmmtion Copy 8/1/r4 10 of 17 APPRO QED AS TO FORM AND LEGALITY By: J sica Sa and S'11'istant City Attorney Professional Services Agreement between City of Fort Worth and John Grant to assist the Fort Worth Public Ail Program Execution Copy 8/1/14 11 of 17 EXHIBIT THEARTWORK !ice/ uul 61m�i i� `III I, iG-�-��QODU011 I I , r , i ,1 w; r V1 Ifl�I/� 12TH ST. i u I I Tr �! mill Oil r i rr k, i I 7 Intl aie Apj)arel&Pearl E'arr ings(the"Artwork.") ]Donald L ipski. Professional services Agreement.between City of Fort Worth and John Grant to assist the Fort Worth Public Art Program Execution Copy 8/1/14 12 of 17 EXHIBIT B CONTRACTOR'S PROPOSAL JOHN GRANT CREATIVE PROJECT MANAGEMENT 3636 Chestnut Place Denver,CO.80216 303-589-7281 a arantprohects@amail.com Fort Worth Public Art 1300 Gendy Street Fort Worth,TX 76107 July 18th,2014 Re:Intimate Apparel& Pearl Necklace Estimate. Scope Proposal: Consultant for development,engineering,and implementation of a new animated hanging system for the Donald Lipski Sculpture'Intimate Apparel 8 Pearl Necklace".Invoices based on services provided and receipts. Consulting services based on$100/hr. $4500 Martin and Martin Engineering,including stamped drawings $4000 Equipment Brand and Specs[TBDI plus shipping and handling $3,500.00 Travel fees for on-site work as requested$1000/day plus travel expenses Estimated Total$12,000 Prof"essional Services Agreement between City of Fort Worth and John Grunt to assist the Fort Worth Public Art Program Execution Copy 8/1/14 13 of 17 EXHIBIT C COMPENSATION AND PAYMENT SCHEDULE 1. Compensation. a. The City shall pay Contractor an amount not to exceed fifteen thousand, six hundred, twelve dollars and no cents($15,612.00) for all services performed under this Agreement in accordance with the provisions of this Agreement, subject to the additional cost exceptions set forth in Sections 1.2 and 1.3 of this Agreement. Any additional cost exceptions set forth in Section 1.2 and 1.3 of this Agreement that cause the total Agreement amount to exceed fifteen thousand, six hundred, twelve dollars and no cents ($15,612.00) shall require an amendment to this Agreement. b. Contractor will bill City a rate of$100.00 per hour for only the actual hours worked and only up to forty-five (45) hours. If Contractor exceeds forty-five (45) hours, Contractor will only be paid for the additional hours if agreed to in writing by City. c. Contractor will bill City for engineering services used by Contractor at the actual rate for the services rendered, to include stamped drawings; however, the total amount billed for engineering services to the City shall not exceed four thousand dollars and no cents ($4,000.00), unless agreed to in writing by City before the engineering services are rendered. d. Contractor will bill City for Equipment, materials, any other supplies, and shipping and handling (collectively "Items") ordered by Contractor at the actual rate for the Items; however, the total amount billed for Items shall not exceed three thousand, five hundred dollars and no cents ($3,500.00), unless agreed to in writing by City before the Items are ordered. Contractor will not bill City for tax pursuant to Contractor's use of Exhibit D as outlined in section 1.2 of this Agreement. e. Contractor will bill City the rate of one thousand dollars and no cents ($1,000.00) per day for on-site consultation services; however, the total amount billed for on-site labor shall not exceed two thousand dollars and no cents ($2,000.00), unless agreed to in writing by City before the on-site labor is provided. Contractor will not be entitled to an hourly rate in addition to the day rate in this section. f. Contractor will bill City for travel expenses, such transportation and lodging, at the actual rates Contractor pays for travel expenses and will provide receipts for travel expenses associated with this Agreement; however, the total amount billed for travel expenses shall not exceed one thousand five hundred dollars and no cents ($1,500.00), Professional Services Agreement between City of Fort Worth and John Grant to assist the Fort Worth Public Art Program Execution Copy 8/1/14 14 of 17 unless agreed to in writing by City before incurring such additional travel expenses. g. Contractor will bill City a per diem rate for food at the rate of fifty six dollars and no cents ($56.00) per day; however, the total amount billed for per diem shall not exceed one hundred twelve dollars and no cents ($112.00), unless agreed to in writing by City before incurring such additional per diem expenses. h. Any additional expenses not outlined in this Agreement or exhibits incurred by Contractor must be approved in writing by City before being added to the invoice submitted to the City upon completion of services under this Agreement. 2. Payment Schedule. a. Compensation for all of Contractor's services performed pursuant to this Agreement shall be made on an invoice basis. b. Contractor shall submit a signed invoice to the City's Contract Manager for payment under this Agreement within fifteen(15)days of completing services under this Agreement and include any necessary receipts. c. City shall compensate Contractor in full in thirty(30) days or less after receipt of Contractor's final invoice and all deliverables. Professional Services Agreement between City of Fort Worth and John Grant to assist the Fort Worth Public Art Program Execution Copy 8/1/14 15 of 17 EXHIBIT D Texas Sales and Use Tax Exemption Certification This cortificate does not require a number to be valid. Nmm of purch"er,firm or&gency City of Fort Worth pho on Addrojes fSMW&wmbvt,AO�Soji or n;(Ame ocOa and mmber) 1000 Throckmorton street 817-392-8325 ............................. ................ Cky,slaw,ZIP code Fort Worth,Texas 76102 1,the purchaser named above,claim an exemption from payment of sales and use taxes(for the purchase of taxable Items described below or on the attached order or invoice)from Seller; All Vendors ........................................................................................... ........................ Street address: ..........---............... state,zip cxww' Description of Items to be purchased or on the attached order or Invoice: All Items Purchaser claims this exemption for the following reason: Governmental Municipality I understand that I will be ilable for payment of all state and local sales or use taxes which may become due for failure to comply with the provisions of the Tax Code and/or all applicable low. I understand that itis a orkninal offers se to give att exemption cerfiriosto to the sallerforlexable items that lknow,at the time otpurchose, will be used in a mannerotherthen that expressedin this cortilicale,and depanding on the edraunt of tax evaded,the offense may range ftm a Class C misdemeanor to a felony of the second degree. sign 1 Purckwwr Assistant Finance Director 2t26/2014 here NOTE: This certifi cate cannot be Issued for the purchaw lease,or rental of n-morvehicle. THIS CERTIFICATE DOES NOT REQUIRE A NUMBER TO BE VALID, Sales and Use Tax"Exemption Numbers®or'Tax Exempt"Numbers do not exist. This certificate should be furnished to the supplier., Do po send the completed certificate to the Comptroller of Public Accounts. Professional Services Agreement between City of Fort Worth and John Grant to assist the Fort Worth Public Art Program Execution Copy 8/1/14 16 of 17 EXHIBIT E AFFIDAVIT AFFIDAVIT OF BILLS PAID Date: Affiant(Artist): Purchaser(City of Fort Worth): Property (Artwork Site): Affiant on oath swears that the following statement is true: Affiant has paid each of Affiant's contractors, laborers, and materialmen in full for all labor and materials provided to Affiant for the design, engineering, purchase, and installation of Equipment for the System at the Site pursuant to the contract executed between Affiant and the City of Fort Worth(City Secretary Contract Number ). Affiant is not indebted to any person, firm, or corporation by reason of any such construction. There are no claims pending for personal injury and/or property damages. Affiant(as listed in contract): SUBSCRIBED AND SWORN TO before me,the undersigned authority, on this the day of 20_ Notary Public, State of Colorado Print Name Commission Expires Professional Services Agreement between City of Fort Worth and John Grant to assist the Fort Worth Public Art Program Execution Copy 811114 17 of 17