Loading...
HomeMy WebLinkAboutContract 48817��� CI�1f ���AF� ��� PROFESSIONAL SERVICES AGREEMENONTRACT N�� _ BETWEEN SIGNATURE GRAPHICS, INC., 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 SIGNATURE GRAPHICS, INC., (the "Contractor"), located at 1000 Signature Drive, Porter, Indiana, 46304, each individually referred to as a"party" and collectively referred to as the "parties." City has designated the Arts Council of Fort Woi�th and Tairant County, Inc. to manage this Agreement on its behalf ("Contract Manager"). The Contract Manager shall act ttu•ough its designated project manager. WHEREAS, pursuant to Chapter 2, Sections 2-56 through 2-61 of the Fort Worth Code of Ordinances, the Fort Worth Public Art Program's goals are to create an enhanced visual environment for Fort Worth residents, to commemorate the City's rich cultural and ethnic diversity, to integrate the design work of artists into the development of the City's capital infrastructure improvements, and to promote tourism and economic vitality in the City through the artistic design of public spaces; WHEREAS, the East Lancaster Public Art Plan r�ecommended local artists be commissioned to create designs for the traffic signal control cabinets along East Lancaster Avenue and on July 13, 2015, the Fort Worth Art Commission ("FWAC") approved the East Lancaster Traffic Control Cabinets Public Art Project Outline, which recommends wrapping city-owned traffic signal control cabinets along East Lancaster Avenue with reproductions of original artworks by up to 14 local artists, using readily available adhesive vinyl iilm media technology with an anticipated life span of at least 4 years; WHEREAS, the Selection Panel's recommendation of 14 images and one alternate were approved by the Art Commission on June 13, 2016 and the recommended locations for each image were reviewed by Council Members Bivens and Allen Gray on August 5, 2016; WHEREAS, the Art Commission approved the fabricator selection process on October 10, 2016, and an Open Request for Proposals was issued and Signature Graphics, Inc., submitted the lowest bid and were found to be responsive and highly qualified for• the project; WHEREAS, the project is included in the Fort Worth Public Art Fiscal Year 2017 Annual Work Plan, which was adopted and for which funds were appropriated by City Council on October 25, 2016, as M&C G-18867; WHEREAS, City and Contractor wish to set out the terms and conditions under which the licensed images for the fourteen (14) East Lancaster Traffic Control Cabinet wraps shall be formatted, proofed, printed and installed to promote the integrity of Actist's ideas and statements as represented by the Artwork. AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Agreement for Professional Seivices 2. Exhibit A— Typical Layout of Artwork on Cabinets 3. Exhibit B — Sites 4. Exhibit C — Artworks Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. 1 of 21 �FFICIAL RECORD CITY SECRETARI( FT. WORTH, TX Execution Copy 2/l3/l7 5. E�chibit D— Texas Sales and Use Tax Exemption Certificate 6. Exhibit E - Budget 7. Exhibit F— 3M Manufacturer's Warranty 8. Exhibit G — Affidavit All E�ibits attached hereto are incoiporated 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 "Conh•actor" shall include the Contractor, and his officers, agents, employees, representatives, servants, conh•actors or subcontractors. The term "City" shall include its officers, employees, agents, and representatives. 1. SCOPE OF SERVICES. 1.1. Contractor shall provide layout, proofing, printing, fabrication, cabinet preparation and installation of artworks on fourteen City-owned traffic control cabinets along East Lancaster Avenue at the following intersections: Pine Street, Riverside Drive, Beach Street, Collard Street Ayres Avenue, Sargent Street, Oakland Blvd., Rand Street, Edgewood Terrace, Tierney Road, Weiler Blvd., Canton Drive, Handley Drive and Sandy Lane, as outlined in the attached E�ibits "A," "B," and "C," which are incoiporated herein as if copied in full. Contractor shall endeavor to be done within three (3) months of the Effective Date of this Agreement, weather permitting and predicated on the City having completed all planned improvements at these intersections. In the event the City has not completed all improvements at these intersections, Contractor will proceed to install at the intersections where improvements ha�e been completed and will finish installation as the City's improvements are completed. Contractor will seek City's approval of the proofs for each cabinet as outlined in Section 1.3 of this Agreement prior to installation. Upon City approval of the proofed images ("Proofs"), Contractor shall proceed with printing and installation at the fourteen sites. City is a tax-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 cei�tificate for use by Contractor in the fulfiliment 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 to this Agreement. 1.2. Contractor shall provide a budget estimate, on the budget form attached hereto as Exhibit `B," Budget, which is attached and incorporated for all pui�poses incident to this Agreement, for layout, printing, fabrication, cabinet preparation and installation of artworks on fourteen City-owned traffic control cabinets at signalized intersections on East Lancaster in an amount up to EIGHT THOUSAND DOLLARS AND NO CENTS ($8,000.00), reflecting total costs. 1.3 Contractor and/or the Contract Manager's project manager shall present the fourteen (14) Proofs to the Fort Worth Art Commission ("FWAC") for review and approval at a regularly scheduled FWAC meeting. 1.4. 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, costs including materials, printing, mailing/shipping charges, cabinet preparation and installation costs, insurance costs, costs of all travel for Contractor and any other subcontractors, and any additional costs for the Contractar's agents, consultants, subcontractors or employees necessary for the proper performance of the services required under this Agreement. Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 2 of 21 1.5. 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 seivices ar supplies used in the performance of this Agreement ha�e been paid, attached hereto as Exhibit "G," 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 ha�e 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 in an amount up to EIGHT THOUSAND DOLLARS AND NO CENTS ($8,000.00) in accardance with the provisions of this Agreement and the budget outlined in Exhibit E, as approved by City after proposed by Contractor, for all services performed under this Agreement, including layout, proofing, printing, fabrication, cabinet preparation and installation of artworks on fourteen City-owned traffic control cabinets along East Lancaster Avenue. Such payment shall be made upon receipt of an invoice from Contractor with the original invoice. A retainer fee of up to fifty percent (50%) is allowed for such services attached thereto. 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 all necessary receipts. City shall compensate Contractor in full in thirty (30) days or less after receipt of Contractor's final invoice and Contractor's satisfactory completion of the services outlined in Section 1 of this Agreement, as determined by the Ciiy. 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. Any additional cost exceptions set forth in Section lof this Agreement that cause the total Agreement amount to exceed eight thousand dollars and no cents ($8,000.00) shall require an amendment to this Agreement. 4. TERMINATION. 4.1. Convenience. The City 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 Contractar 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 ha�e been appropriated. 43. Breach. Subject to Section 28 herein, either party may terminate this Agreement for Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 3 of 21 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 seivices 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 teimination. 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 perfoi�rn services hereunder, Contractor shall return all City provided data to the City in a format deemed acceptable to the City. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 5.1. Disclosure of Conflicts. Contractor 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 Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to the City in writing. 5.2. Confidential Information. Contractor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information 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 compromised 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 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 the Contractor involving transactions relating to this Contract at no additional cost to the City. Conh�actor 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 iinal 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 subconh•actor reasonable notice of intended audits. Professional Services Agreement behveen City of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 4of21 7. INDEPENDENT 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 omissions of its officers, agents, servants, employees, contractors and subcontractors. Contractor acknowledges that the doctrine of r�espondeat superior 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 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-employer or a Joint employer of Contractor or any officers, agents, servants, employees or subcontractors of Contractor. Neither Contractor, nor any officers, agents, seivants, employees or subcontractor•s of Contractor shall be entitled to any employment benefits fi•om the City. Contractor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or subcontractors. 8. LIABILITY, INDEMNIFICATION. AND WARRANTIES. 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 HIND 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. 9. ASSIGNMENT AND SUBCONTRACTING. Contractor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of the City; however, City expressly grants Contractor the right to subcontract installation services. If the City grants consent to an assignment, the assignee shall 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 under this Agreement as such duties and obligations may apply. The Contractor shall provide the City with a fully executed copy of any such Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 5 of 21 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. Covera�e 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. General Requirements. (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, 200 Texas St., Fort Woi�th, 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 minimum rating of A- VII in the current A.M. Best Key Rating Guide, or ha�e 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 insurance documentation shall not constitute a waiver of the insurance requirement. (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 Professional Services Agreement behveen City of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 6 of 21 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 regulations. 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 Contractor, its personal repl•esentatives, assigns, subcontractors or successors in interest, Contractor agrees to assume such liability and to indemnify and defend the City and hold the City harmless from such claim. 13. NOTICES. Notices required pursuant to the 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 Attn: Fernando Costa, Assistant City Manager 200 Texas St. 1000 Signature Drive Fort Worth TX 76102-6311 Facsimile: (817) 392-8654 With Copy to the City Attorney At same address 14. SOLICITATION OF EMPLOYEES. Signature Graphics, Inc. Attn: David C. Parnell Porter, Indiana, 46304 Neither the City nor Contractor shall, 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 Agreement, 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. 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 perfarmance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any Professional Services Agreement between Ciry of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 7 of 21 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 Northein District of Texas, Fort Worth Division. 18. 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 performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance 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 problems and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are far reference puiposes only, shall not be deemed 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 e�chibits hereto. 22. AMENDMENTS. 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 OF AGREEMENT. This Agreement, including the schedule of e�ibits attached hereto and any documents incarpor•ated 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. Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 8 of 21 24. COUNTERPARTS AND ELECTRONIC SIGNATURES. This Agreement may be executed in one or more counterpai�ts 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 four (4) year warranty on all materials installed at the Sites listed in Exhibit B in accordance with the 3M manufacturer's warranty stated in E�chibit "F," which is attached hereto and incorporated as if copied in full, commencing upon completion of the installation of the Equipment. In the event that any materials or portion of the materials 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 & Nationality 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 Form (I-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all I-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 verification requirements required by this Agreement. Contt•actor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall ha�e the right to immediately terminate this Agreement for violations of this provision by Contractor. 28. INFORMAL DISPUTE RESOLUTION. Except in the eveut of terminatiou 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 process. The disputing parly shall notify the other party in writing as soon as practicable after discovering the claim, dispute, or breach. The notice shall state the nature of the dispute and list the party's specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both parties shall commence the resolution process and make a good faith effort, either through email, mail, phone conference, in person meetings, or other reasonable means to resolve any claim, dispute, breach or other matter in question that may arise out of, or in connection with this Agreement. If the parties fail to resolve the dispute within sixty (60) days of the date of receipt of the notice of the dispute, then the parties may submit the matter to non-binding Professional Services Agreement between Ciry of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 9of21 mediation in Tanant County, Texas, upon written consent of authorized representatives of both parEies in accordance with the Indushy Arbitration Rules of the American Arbitraiion Association or other applicable ntles goveiti�ing mediation then in effect. The mediator shail be agreed to by the parties. Bach party shall be liable for its own expenses, including attorney's fees; however, the parties shall share equally in the costs of the mediation. If the pai�ties cannot resolve the dispute through mediation, then either party shall have the right to exercise any and all re►nedies available under law regarding the dispute. Notwithstanding the fact that ttie pa��ties may be attempting to resolve a dispute in accordance with this infoimal dispute resalukion process, ihe parties agree to continue without delay all of their respective duties and obiigations under this Agreement not affected by the dispute. Either party may, before or during the exercise of the informal dispute resalution process set forth herein, apply to a court having jurisdiction for a temporary restraining order or preliminary injunction where such relief is necessary to protect its interests. 29. TIME EXTEN3IONS. The Parties may agree, in writing, to extend or modify any of the time deadlines set forth in tl�is Agreement. � �� IN WITNESS WHEREO�, the parties hereto have executed this Agreemant in multiples this ��� day of :1 G�� , 20l 7. ACCEPTED AND AGREED: CITY OF FORT WORTH: By: / �ir�-ta� ��-_ Fernando Costa Assistant�ity Manager ���'�`�"��;�, Date: 7'/ 7 '�' �� Jr '' s, ATTEST: � G�r''' U' � ,�. _ ,.� � .; �� �y: � ' :� Mrv _ aser �.7� � �''�•L..���• ' `�d�e��7 ,r._,�j� CONTRACT AUTHORTZA M&C: G28028 Date Approved: December 13, 2016 NAME , By: 1� David C. Parnell, S nature Graphics, Inc. Date: ATTEST: ��_�1 -- ��,..--� By: Professional Services Agreement behveen City of Fort �Vorth and Stgnawre Graphics, Inc. Execution Copy 2/13/17 10 Of 21 CONTRACT COMPLIANCE MANAGER: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. ; '� � �G� %��1�.��.. Name:`Anne Allen Title: Public Art Project Manager APPROVED AS TO FORM AND L�GALITY: � l By: � ���� �;���� �,� Jessic� Sangsvang , Assistant City Attorney II FORM 1295: 2016-138352 Professional Services Agreement bet�veen City of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 11 of 21 CERTIFICATE OF INTERESTED PARTIES Foann 1295 iotl Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity £ling form, and the city, state and country of the business entity's place Certificate Number: of business. 2016-138352 Signature Graphics incs Porter, IN United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11l17/2016 being filed. City of Fort Worth Date Acknowledged: =�--�1 �� l� g Provide the identification number used by the governmentai entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 100200 Design, layout, printing, fabrication, cabinet preparation and installation of fourteen unique artworks on City of Fort Worth owned traffic signal contrnl cabinets along East Lancaster Avenue Nature of interest 4 Name of Interested Party City, State, Country (place of business} (check applicable) Controlling Intermediary Pamell, David Carrollton, TX United 5tates X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or a�rm, under penalty of perjury, that the above discl e and correct. TURNE�i �`�Y� �'; ��(p�`B�LIG,SiATE0FTE1UIS 49}? �,�y ppMM. Ef� 0512"d2017 `� w �6 NOTPRY1D12�� "�cF�' Signature of authorized agent ofi ontracting business entity AFFIX NOTARY STAMP ! SEAL ABOVE Sworn to and su6scribed before me, by the said �V � d 1� l� 1� , this the �� day of '9 weM" " 201c _, to certify whiCh, witness my hand and seal of office. :\�: �Jc,�/ �`l C v a= � � nature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 Exhibit A: Example of Layout of Traf�c Control Cabinet Artwork � - � � • . . � • .• , I_ -r�_ � � ry -- � �,� ., . � _. _ � _�_. _ _� _ r- ; ; � ___ __— — - – � � �� �� i i � i ��,� � � ( � t.i �i ��� � _._..... � � t I � � � � � '__ � � '_ _ � � - ..� , i'-' .. ._ ._ ._ ( ._ ... ; � . ... ( �� � .. � �� � �� I � E � � ! � � � Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. 12 Of 21 Execution Copy 2/13/17 Exhibit B: Site East Lancaster Avenue at Pine Street, Riverside Drive, Beach Street, Collard Street Ayres Avenue, Sargent Street, Oakland Blvd., Rand Street, Edgewood Terrace, Tierney Road, Weiler Blvd., Canton Drive, Handley Drive and Sandy Lane (Council Districts 5 and 8) � � � � � � � � i � � � �Tr�ffi� ��ntr�) ���it���'Wr,�ps� Summer 5erenade Beck, GreRory p{ne Sltet[ Exhibit C: Art��orks Ettcroachment 8uafi, Amy fiivarsidc, witfi a vic�.v of dawntqwn towarcls Gateway park and i•9U ;nature Graphics, Inc. Execution Copy 2/13/17 13 of 21 Fon Worfh in rhe 796P"s Peak, 6eorge 9ea[h SEreet Dance� Kelly, 8rendan Ayres Stre�Estnce il v t ibrary 7art�s, Aetnando OaklandAvenue nearthe ne4v �ast Slde LlbPaxy STudants with Towers !f3 Foster,Tnrez� Callard54reet, berause it's nearestto Rasedale/ 8each andTWU and PbYytethriitHigfi Sthaa! tody postell, Mdrew }irrteWb SareentStrset—�it<anke b!d SeNoal Mir Gonzal�r, Chris ftand 3tr�et Professional Services Agreement between City ofFort Worth and Signature Graphics, Inc. 14 of 21 Execution Copy 2/13/17 Orange Truck Robbins,Kim EdgewaodTerrace MidnightOwl Casebaldt, �as�e Weiler Avenwe near St. Rita's Catho(icSchool IaYe`s Trock Faster, 7ercsa Handkypme _ "..' ..." "".. "a""""...,"""" ..."� ... _ __. ....__.. _.. Ye11nw $urr TX Mcne111-5parks, 5ucanne Tiemay Road A Speciode of Cyclists Haa�, Maria tanton Briv� Guitar Gonzaler, Chriz SandyLan� ,,.a.._are Graphics, Inc. 1$ Of21 Execution Copy 2/13/17 Exhibit D oi-aan tuea} � � cnar. sa�,�� TEXAS SALES AND USE TAX EXEMPTION CERTiFIGA710N i, the purchaser named above, daim an exemption trom paymsnt of sates and use taxes (for tfie purohase of taxabie items described befow or on the aitached order or invoice} from: Selter� Street address: Descciptlon at ilems to be purchased or en ihe atlached order or invoice: All ifems except motor vehtcles as listed betow Purchaser claims this exemptio� tor the following reaso�: Municipality, Governmentaf Entity City, State, 2I�' code: I understand that I will ke liable for payment of all state and Iocal sales or use taxes whtch may bemme due tot failure to compty with ihe provisions nf Ihe iaz Coda and/or a!I apptipble law. t unJorstnnd thaf it ts a cnminal offensm togiva an axemption c¢rtitcata Co the seBer7nrtaxabfo items fhat t know, at thv timo o/purchasa, v.�ilt be used irt Amannerotherfhanlhat expressod in fhis cadifiaate, and depending onllia nmouttt aJtflx avedad, Gie olf�ttstr mey rcan�e tram n Glass C misdomaanorto a felonyoff/to secarad �legree. ��ge' r�l.�.��% I Financs �irectorlCFO I March 23, 2015 y NOT�: This cedificate canoot be issued (pr the purchase, tease, or rental ai a motor vehiele. THlS CERTlFtCATE OOES NOT REQUlR� A NUMBER TO BE VALID. Safes and Use Tax "Exemption Numbers" or "Tax �xempt" Numbars do ttot exisl. This certifrcate should be furnished to Iho suppiier. Do not send thrt completed terfificple !o ihe Comptraller of Pubflc Acconnts. Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. Execution Copy 2l13/17 16 of 21 i Exhibit E BUDGET n��is�as F�� ��ara z�au�� � fF .'��1Fxt.�tl�n�°4'��Jn��ftihv�i'���,ih t;r��Fr�rt'r3r,rt�� Aitt�e� ±"��r �Cerd�il — Fe=� G��xgt CxG�at��<,S:a1 � . �rt=t:fEiY P.111c�aJ�3 3�1$_,.e (ttat sr�il+; INSt1RAPlCE AuE��+����a �fefiiil:� Liatiili�y -- — �En��Pttl ��ti�r*�1r" ts;� r�rt�t4 ' �� cmir� te_,as '�'drrkt�';, tfrm5�i. J t��;(r�' ryFai 51 ic�kil��y l )tia -_ � +`z.', yj �j�1fCs�?ij«? A�►A(Nf&TRATIYE EXPEtd&ES PI�u�7Ez� Ft� x C�siiv_>y,'�9����7 if�r c�e�p�ndGnca v�rrrp',�=, modeis, s4rar�ina= ets;� Ra_Frw�reiFhic Seraice . _ Sup�;li�s �R(7��S3t�lNA� GbN3ULfiAN7` FE�:i jlf �r��nbfp, drastin.� re�ia�t Le si�n�d �ra� �a�led 6�r ��;rofa�si�a! r��is'cred do �acts;�:� in ti�a �a�t?,-,# 7ak,3.=,t ,�ai,hi�r;ct` +�(tiJe`:t�_tf��I Cii��itu3i:!` E�r,-rttiCz�i rlt�Y��t:�(` C;���rVi��t' PI1��te��t.5�1iFr i[�€ r�rxunrH�ilz�ic�ri s� er1hE�,leta�J��v3rkj` � Cs��'rC�i � —_ MATEEtIAl� jPlPwsm �tipch r� ccmpfate ii�i c�f materi�i.=,. It�iiz�+ �ili �nti�ip�,te�,-B a�=: t� �r:� c��iponents hoitn per a�r�:l c��yi �rs�iiix�iesj F.1�it��a�s' Ta�lzil �A��1CAililhi CO�i� (I��iuilr.•. t:7£� if���ti��+ �II �rs�tu7n=: ��.� �ul,r��i�rHc`r,ii ^�ae,rk �anr! w,���'r, b� I�r, �carat�ic.i k�y� rlhi�t� hrti�i's La6,�r !. _ 1'��s �t L_ per h�ur;r T�ic71 �ut�c�.n`r�cr�i E�bar' tT�ial? Faer�iy F�ui�,rr�r�l H����f�i 4�� :t;l aa.�ln=av�aP�` fsrr tt«i=• prc�j�cil ea1.�i�ti �c� .�d,rtrn�irn _ _ s(T� �R��AIiATF�iN (Cl+: nc�t iite�;# ���,�� e+� e�e� t��e= �1�tPfi, �:iCy uT Fvz� t�d6�rli r,a o�llt�ter_ i 1'r•;r t)IaiUl'i;;a. t�F�ra�,-sveil° 1, r7nrls,ca�iingtlmg�rtt�,n` -- �lec(n�� Ys��ieas�i�ri�;" o��r„t '�"a rark�Tv'� h�m�C si C�vir� t;tt�[.r" (i*:evi�s�t f,��t 1r� � �' a Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. Execution Copy 2l13/17 17 Of 21 TRANSPORTATION BASEIMOUNTING Materials to FabricAtion Site' Finished Work to Install�tion Site" Ofher' Base M14ounting Devices and Components FoundationlFooting Other INSTALLATION COSTS (Costs must indude allotivance fur after hours installation, if applicabie_ Please attacfi A complete list of equipment and individuat esfimates �vith this form) Subcontrocted Labor' Scaffolding` Equipment Rental related to installaiion' Off-duty Palice(Security` Traffc Brarriers` Storage Facility Rental` City Permits Dispiay Devices Fireproofing' Site Resforation" Other' LIGHT[NG GRAND TOTAL Please make any necessary notes here: Prepared By: Date: Designers` Fi�ures" Bulbs' Site Preparation` Installatian' (Revisec! AAay 20 t 1) Professional Services Agreement between City ofFort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 18 Of 21 Exhibit F 3M Manufacturer's Warranty � s C� Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 19 of 21 Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. 20 of 21 � �? � � � � z� � � � � �° � � � � � � ��� �U� � -� u: � � ���� ,y � � � � � �� �-� c� c*a -z� _ csa � � L�1 � "`�'�`` S'�i3 � � � � :� ryy � � s� � � � s� '� � � � � a--� [�'� � � � � � -� '� �,� � t� t� .�.' e�€_i � e�`s � � � � � � � � cci . � � � � � � �. c' � � � � � � � g.� : � � � � � � � � �� �-� � � � � � �s r� � =� � �� � �5 � � � � � � � � �. � � �w � C �r � � � . =� 'w � y� � � , � � � >�' � � � � � � c�+-a � � �. � � Execution Copy 2/13/17 Exhibit G 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 ). Affant is not indebted to any person, firm, or corpot�ation 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 Texas Print Name Commission Expires Professional Services Agreement between City of Fort Worth and Signature Graphics, Inc. Execution Copy 2/13/17 21 of 21 M&C Review • � �' � Page 1 of 2 Official site of the City of Fort Worth, Texas FORT�Ii COUNCIL ACTION: Approved on 12/13/2016 REFERENCE ** 06EASTLANCASTER DATE: 12/13/2016 N� : C-28028 LOG NAME: TRAFFIC CONTROL CABINET PUBLIC ART PROJECT CODE: C TYPE: CONSENT PUB��C NO HEARING: SUBJECT: Authorize Execution of a Professional Services Agreement with Signature Graphics, Inc., in the Amount of $8,000.00 for Design Layout, Printing, Fabrication, Cabinet Preparation and Installation of Fourteen Unique Artworks on City of Fort Worth Traffic Signal Control Cabinets Along East Lancaster Avenue (COUNCIL DISTRICTS 5 and 8) RECOMMENDATION: It is recommended that the City Council authorize execution of a Professional Services Agreement with Signature Graphics, Inc., in an amount of $8,000.00 for design layout, printing, fabrication, cabinet preparation and installation of fourteen unique artworks on City-owned traffic signal control cabinets along East Lancaster Avenue. DISCUSSION: The concept of utilizing traffic signal control cabinets as "canvases" to showcase the work of local artists along the East Lancaster Corridor was included in the East Lancaster Public Art Plan by artist Jack Mackie. An Open Call was issued to local artists inviting them to submit images of existing artwork on any of the community-chosen themes: • Transportation (bus, pedestrian, bicycle, train, airplane); • Library (i.e. reading, research, education); • History of Fort Worth' s East Side, including Route 66, Bankhead Highway, landmarks, music halls; • Schools on the East Side; • Recreation; and • Environmental Stewardship. License Agreements will be signed with multiple local artists selected from the Open Call, and artwork will be installed on the signal control cabinets at the intersections of Pine Street, Riverside Drive, Beach Street, Collard Street, Ayres Avenue, Sargent Street, Oakland Boulevard, Rand Street, Edgewood Terrace, Tierney Road, Weiler Boulevard, Canton Drive, Handley Drive and Sandy Lane. Artwork images will be fabricated using readily available signage manufacturing technology (graffiti resistant, adhesive vinyl film media) with a warranted life span of at least 4 years. The Weiler Boulevard, Canton Drive, and Handley Drive cabinets are located in Council District 5. All other cabinets are in Council District 8. Art Commission Actions: The Selection Panel' s recommendation of 14 images and one alternate were approved by the Art Commission on June 13, 2016. The recommended locations for each image were reviewed by Council Members Bivens and Allen Gray on August 5, 2016. The Art Commission approved the fabricator selection process on October 10, 2016. An Open Request for Proposals was issued, and Signature Graphics, Inc., submitted the lowest bid proposal and was found to be responsive and highly qualified for the project. This project is included in the Fort Worth Public Art Fiscal Year 2017 Annual Work Plan, which was adopted and for which funds were appropriated by City Council on October 25, 2016, as M&C G- http://apps.cfwnet.org/council�acket/mc review.asp?ID=24146&councildate=l2/13/2016 3/9/2017 M&C Review 18867. Page 2 of 2 Project budget and funding sources are as follows: M/WBE OFFICE - The City's overall M/WBE goal for the Fort Worth Public Art Program is 25 percent of total capital project dollars expended on public art annually. This project is located in COUNCIL DISTRICTS 5 and 8(Mapsco 778, C, D; 78E, F, G, H; 79E, F, G, M; and 80J, K, L). Council Members Gyna Bivens and Kelly Allen Gray concur with the Fort Worth Art Commission's recommendation to implement this project. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the 2007 Critical Capital Needs and in the Public Art Fund, for the East Lancaster Traffic Signal Control Cabinet project. Existing appropriations in the project are $28,500.00 with no expenditures. Fund FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office bv: Originating Department Head: Additional Information Contact: ATTACHMENTS Form 1295 notarized.pdf Fernando Costa (6122) Randle Harwood (6101) Martha Peters (298-3025) http://apps.cfwnet.org/council�acket/mc review.asp?ID=24146&councildate=l2/13/2016 3/9/2017