HomeMy WebLinkAboutContract 62787CSC No. 62787
PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF FORT WORTH AND
MCKAY LODGE FINE ARTS CONSERVATION LABORATORY, INC.
This PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into by
and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting by
and through Jesica McEachem, its duly authorized Assistant City Manager, and MCKAY LODGE FINE
ARTS CONSERVATION LABORATORY, INC. ("Conservator"), an Ohio Corporation, acting by and
through Jim Gwinner, its Vice President, located at 10915 Pyle Road, Oberlin, OH, 44074, each
individually referred to as a "party" and collectively referred to as the "parties." The City has designated
the Arts Council of Fort Worth & Tarrant County, Inc. D/B/A Arts Fort Worth ("Contract Manager") to
manage this Agreement on the City's behalf.
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, City provides oversight and funding for Collection Management to maintain and
repair artworks in the Fort Worth Public Art Collection;
WHEREAS, City owns a series of historic hand-glazed ceramic murals featuring farm animals and
pastoral scenes ("Artwork") installed on parapets of six livestock exhibition buildings at the Will Rogers
Memorial Center located at 3400 Burnett Tandy Dr., Fort Worth, Texas 76107;
WHEREAS, in 2011 the Contractor was selected through a request for qualifications process to
provide consultation professional and conservation services to assist in maintaining the value, integrity, and
authenticity of the Fort Worth Public Art Collection and provided a comprehensive assessment revealing
extensive damage to the Artwork caused by moisture penetrating the roofing membrane and causing tile
surfaces to delaminate;
WHEREAS, restoration of the Artwork has been contingent on repairs to the roofs during major
renovation of the historic barns and Cattle Barns 1 and 2 were completed in 2019 and Cattle Barn 1 and 2
murals were restored the same year;
WHEREAS, the City has completed restoration of the remaining historic barns and wishes the
Contractor to complete restoration of the associated murals; and
WHEREAS, City and Contractor now wish to set out the terms and conditions for restoring and
cleaning the murals;
NOW, THEREFORE, in consideration of the mutual covenants herein expressed, the Parties
agree as follows:
AGREEMENT DOCUMENTS:
The Agreement documents shall include the following:
1.This Professional Services Agreement
2.Exhibit A-Contractor's Proposal
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
3. Exhibit B— Texas Sales and Use Tax Exemption Certificate
4. Exhibit C— Afiidavit of Bills Paid
All Exhibits referenced above and 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 Agreement shall control.
The term "Artwork" shall include all six historic hand-glazed ceramic murals installed on parapets of the
livestock exhibition buildings at the Will Rogers Memorial Center.
The term "Contractor" shall include the Contractor and his officers, agents, employees, representatives,
servants, contractors, and subcontractors.
The term "City" shall include its offcers, employees, agents, and representatives.
The term "Work" shall include all services, materials, supplies, and rentals to provide for the restoration of
the Artwork pursuant to this Agreement.
1. SCOPE OF SERVICES.
1.1 Contractor shall perform all services to provide for the restoration of tbe Artwork as
detailed and attached herein in Exhibit "A," Contractor's Proposal, which more specifically
describes the services to be provided hereunder.
1.2 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 certiiicate
for use by Contractor in the fulfillment of this Agreement in substantially the same form
as Exhibit "B," Texas Sales and Use Tax Exemption Certificate, which is attached hereto
and incorporated herein for all purposes.
1.3 Services shall be performed in a professional manner and in strict compliance with all terms
and conditions in this Agreement.
1.4 Contractor shall provide a comprehensive written report following the completion of the
Work. City shall approve any significant changes in the restoration approach prior to the
commencement of the restoration, and Contractor will meet and coordinate with and
through Contract Manager, City staff, and others as necessary. City may, at its sole
discretion, request changes to the restoration approach, and Contractor will submit further
information as required.
1.5 Contractor is responsible for all materials, supplies, rentals, and any other items required
to complete the Work and shall coordinate the Work implementation schedule with the
City and Contract Manager. Restoration activities may not commence until written
permission is delivered to Contractor by the City.
1.6 Contractor, individually and through its subcontractors, shall take all necessary precautions
to protect and preserve the integrity and finish of the site while providing for the Work. If
City determines, in its sole discretion, that Contractor or Contractor's subcontractors have
damaged the site, then City shall inform Contractor, in writing, of the damage. Contractor,
at its own expense, shall have up to thirty days from receipt of City's written notice to
repair the damage to the satisfaction of City. If Contractor fails to repair the damage to the
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
satisfaction of City within thirty days after receipt of the notice, or within the deadline
otherwise agreed to by the parties, then City shall have the right to deduct the cost of repairs
from any remaining payment due to Contractor under this Agreement, which shall be in
addition to any and all other rights and remedies available to City at law or in equity.
1.7 Contractor shall provide to Contract Manager written instructions for appropriate
maintenance and preservation of the Artwork in Contractor's final report. Contractor will
supply City with all speciiication sheets and warranty information.
1.8 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.
1.9 City shall compensate Contractor in full within thirty (30) days after receipt of Contractor's
fmal invoice and all deliverables.
2. TERM.
This Agreement shall be in effect upon execution by the City and, unless terminated earlier pursuant
to the provisions of this Agreement, shall extend until final payment to Contractor by City of any amounts
owed under this Agreement.
3. COMPENSATION.
3.1 Total compensation to Contractor pursuant to this Agreement shall be an amount not to
exceed SEVENTY-FOUR THOUSAND DOLLARS AND NO CENTS ($74,000.00) which shall
constitute full compensation for any and all services to be performed and materials to be furnished by
Contractor under this agreement and in accordance with E�iibit "A," Contractor's Proposal, including, but
not limited to equipment, rentals, materials and supplies, shipping/mailing, labor, insurance, travel
expenses, incidental costs, contingencies, and any other costs to complete the Work.
3.2 A City-held contingency of up to SEVEN THOUSAND FIVE HUNDRED FIFTY-FIVE
DOLLARS ($7,555.00) for costs associated with the Work that are incurred by the Contractor due to
unknown and unforeseen issues related to the Artwork. Payments out of contingency funds will only be
made upon (i) approval, in advance, by the Contract Manager of the additional costs, and (ii) receipt of
supporting documentation from the Contractor. Any unused contingency funds shall remain with the City.
3.3 Payment from the City to Contractor shall be made on an invoice basis following receipt
of a signed invoice with adequate documentation, all in a form acceptable to the City. Contractor shall not
perform any additional services for the City not specified by this Agreement unless City requests and
approves in writing the additional costs for services.
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 at least 30 days' written notice of termination.
4.2. Non-a�propriation of Funds. In the event no funds or insufficient funds are appropriated
by the Fort Worth City Council 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
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
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 27 below, either party may terminate this Agreement for
breach of duty, obligation, or warranty upon exhaustion of all remedies set forth in Section 27.
4.4. Duties and Obli,�ations of the Parties. In the event that this Agreement is terminated prior
to its stated expiration, 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 information or 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 this Agreement takes effect,
Contractor hereby agrees to immediately 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. Contractor agrees that the City shall have access during normal working hours to all necessary
Contractor facilities and shall be provided adequate and appropriate workspace 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
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions
of this paragraph. City shall give subcontractor reasonable notice of intended audits.
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 shall be
solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, and
subcontractors. Contractor acknowledges that the doctrine of respondeat 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 to create 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 offcers, agents,
servants, employees, or subcontractors of Contractor shall be entitled to any employment beneiits from 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 AND INDEMNIFICATION.
8.1. LIABILITY. CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE, AND PERSONAL INJURY, INCLUDING
DEATH, TOANYAND ALL PERSONS, OFANYKIND OR CHARACTER, WHETHER REAL OR
ASSERTED, TO THE EXTENT CAUSED BY THE ACT(S) OR OMISSION(S), MALFEASANCE,
NEGLIGENCE, 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, FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS
OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR PROPERTYDAMAGE
OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONTRACTOR'S BUSINESS AND
ANY RESULTING LOST PROFITS), AND PERSONAL INJURY, INCLUDING DEATH, TO ANY
AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO
THE EXTENT CA USED BY THE ACTS OR OMISSIONS, MALFEASANCE, NEGLIGENCE, OR
INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS, OR
EMPLOYEES.
8.3. INTELLECTtIAL PROPERTY INDEMNIFICATION — Contractor agrees to defend,
settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent,
copyright, trademark, trade secret, or similar property right arising from City's use of software and/or
documentation in accordance with this Agreement, it being understood that this agreement to defend,
settle, or pay shall not apply if City modifies or misuses the software and/or documentation. So long as
Contractor bears the cost and expense of payment for claims or actions against City pursuant to this
section, Contractor shall have the 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; however, City
shall have the right to fully participate in any and all such settlement, negotiations, or lawsuit as
necessary to protect City's interest, and City agrees to cooperate with Contractor in doing so. In the event
City, for whatever reason, assumes the responsibility for payment of costs and e�penses for any claim or
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
action brought against City for infringement arising under this Agreement, City 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; however, Contractor shall fully participate and cooperate
with City in defense of such claim or action. City agrees to give Contractor timely written notice of any
such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the
foregoing, City's assumption of payment of costs or expenses shall not eliminate Contractor's duty to
indemnify City under this Agreement. If the software and/or documentation 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: (a) procure for City the
right to continue to use the software and/or documentation; (b) modify the software and/or
documentation to make it non-infringing, provided that such modification does not materially adversely
affect City's authorized use of the software and/or documentation; (c) replace the software and/or
documentation with equally suitable, compatible, and functionally equivalent non-infringing software
and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives are
reasonably available to Contractor, terminate this Agreement and refund all amounts paid to Contractor
by City, subsequent to which City may seek any and all remedies available to City under law.
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 engineering services. If the City grants consent to an assignment, the assignee shall
execute a written agreement with the City and 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. 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 subcontract.
10. INSURANCE.
Contractor shall provide City with certificate(s) of insurance documenting policies of the following
types and 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 En i_� neer.
(a) Commercial General Liability
$1,000,000 Each Occurrence
$1,000,000 Aggregate
(b) Professional Liability
$1,000,000 Each Occurrence
$1,000,000 Aggregate
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
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 with 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. At least ten (10) days' notice shall be acceptable in the event of
cancellation due to non-payment of premium. Notice shall be sent to the Risk Manager, City of
Fort Worth, 100 Fort Worth Trail, 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 minimum 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 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 shall 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 regulations. If 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 exchanged, 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 representatives, 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 determined to have been
delivered when (1) hand-delivered to the other party, its agents, employees, servants, or representatives, or
(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:
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
To CITY:
To CONTRACTOR:
City of Fort Worth McKay Lodge Conservation Laboratory, Inc.
Attn: Jesica McEachern, Assistant City Manager Jim Gwinner, Vice President
100 Fort Worth Way 10915 Pyle South Amherst Road
Fort Worth, TX 76 1 02-63 14 Oberlin, Ohio 44074
Facsimile: (817) 392-8654
With copy to Fort Worth City Attorney's Offce at
same address
14. SOLICITATION OF EMPLOYEES.
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 other party. 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 City does not waive or surrender any of its governmental powers
or immunities by execution of this Agreement.
16. NO WAIVER.
The failure of the City or Contractor to insist upon the performance of any term or provision of
this Agreement, or failure 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 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 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 law, ordinance, or regulation, acts of God, acts of the public enemy, fires,
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority,
transportation problems, or any other similar causes.
20. HEADINGS NOT CONTROLLING.
Headings and titles used in this Agreement are for reference purposes 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 COiTNSEL.
The parties acknowledge that each party, and if it so chooses its counsel, have had the opportunity
to review and revise this Agreement and that the normal rule of contract 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 the exhibits attached hereto and incorporated herein.
22. AMENDMENTS.
No amendment of this Agreement shall be binding upon a party hereto unless such amendment is
set forth in a written instrument, executed by an authorized representative of each party.
23. ENTIRETY OF AGREEMENT.
This Agreement, including the schedule of exhibits attached hereto and any documents explicitly
incorporated herein by reference, contains the entire understanding and agreement between the City and
Contractor, and 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 shall be as legally binding for all purposes
as an original signature.
25. WARRANTY OF SERVICES.
25.1 Contractor warrants that his services will be of a professional quality and conform to
generally prevailing industry standards. City must give written notice of any breach ofthis 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.
25.2 If, within one year after completion of repairs, City observes any breach
of warranty described in this Article 25 that is not curable by Contractor, Contractor is responsible for
reimbursing City for damages, expenses, and losses incurred by City as a result of the breach.
25.3 If, after one year from completion of repairs, City observes any breach
of warranty described in this Article 25 that is curable by Contractor, City shall give written notice to
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy 9
Contractor to make or supervise repairs or restorations at a reasonable fee. Contractor shall notify City, in
writing, within thirty (30) days after receipt of the notice as to whether Contractor will make or supervise
the repairs or restorations. Should Contractor fail to respond within the thirty-day (30) deadline or be
unwilling to accept reasonable compensation under the industry standard, City may seek the services of a
qualified restorative conservator and maintenance expert.
26. IMMIGRATION AND NATIONALITY ACT.
Contractor shall verify the identity and employment eligibility of its employees who perform work
under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon
request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility
documentation for each employee who performs work under this Agreement. Contractor shall adhere to all
federal and state laws and establish appropriate procedures and controls so that no services will be
performed by any Contractor employee who is not legally eligible to perform such services.
CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY
PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF TffiS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this
Agreement for violations of this provision by Contractor.
27. INFORMAL DISPUTE RESOLUTION.
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 process. The disputing party 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, 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 mediation in Tarrant County, Texas, upon written consent of authorized
representatives of both parties in accordance with the Industry Arbitration Rules of the American
Arbitration Association or other applicable rules governing mediation then in effect. The mediator shall be
agreed to by the parties. Each 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 parties cannot resolve the dispute through
mediation, then either party shall have the right to exercise any and all remedies available under law
regarding the dispute. Notwithstanding the fact that the parties may be attempting to resolve a dispute in
accordance with this informal dispute resolution process, the parties agree to continue without delay all of
their respective duties and obligations under this Agreement not affected by the dispute. Either party may,
before or during the exercise of the informal dispute resolution 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.
28. TIME EXTENSIONS.
The Parties may mutually agree, in writing, to extend or modify any of the time deadlines set forth
in this Agreement.
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
10
29. ISRAEL.
If Contractor is a company with ten (10) or more full-time employees and this Agreement is for
$100,000 or more, Contractor acknowledges that in accordance with Chapter 2271 of the Texas
Government Code, the City is prohibited from entering into a contract with a company for goods or services
unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and
(2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall
have the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. To the extent
that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this Agreement
Contractor certifes that Contractor's signature provides written verification to the City that Contractor:
(1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreemen�
30. ENERGY COMPANIES.
If Contractor is a company with ten (10) or more full-time employees and this Agreement is for
$100,000 or more, Contractor acknowledges that in accordance with Chapter 2276 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services unless the
contract contains a written verification from the company that it: (1) does not boycott energy companies;
and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meanings ascribed to those terms by Chapter 2276 of the Texas
Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this
Agreement, by signing this Agreement Contractor certifies that Contractor's signature provides written
verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of this Agreement.
31. FIREARMS AND A1VIMLJNITIONS INDUSTRIES.
If Contractor is a company with ten (10) or more full-time employees and this Agreement is for
$100,000 or more, Contractor acknowledges that in accordance with Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services unless the
contract contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will
not discriminate during the term of the contract against a iirearm entity or firearm trade association. The
terms "discriminate," "firearm entity," and "firearm trade association" have the meanings ascribed to those
terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government
Code is applicable to this Agreement, by signing this Agreement Contractor certifies that Contractor's
signature provides written verification to the City that Contractor: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2)
will not discriminate against a firearm entity or firearm trade association during the term of this
Agreement.
(signature page follows)
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
11
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By: � Name: Jesica McEachem
Title: Assistant City Manager
Date: Feb 13, 2025
APPROVAL RECOMMENDED:
1L._ By: MidorlCl�rkJFebIO 202S14:37C[!l Name: Midori Clark
Title: Director, Fort Worth Library
Department
ATTEST:
By: C" Jb.o,w,
Name: Jannette Goodall
Title: City Secretary
CONTRACTOR:
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. .
By: 97'(:_,,, Name: Jennifer Co�Title: Public Art lection Manager
Arts Fort Worth
APPROVED AS TO FORM AND LEGALITY:
By: Tr����&-�im) Name: Trey Qualls
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C:N/A
McKay Lodge Fine Arts Conservation Laboratory, ATTEST:
By: �
Inc.
�
��inn�
Title: Vice President
Date: 2/10/2025
By:
Name:
Title:
------------+-
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc. Execution Copy 12
EXHIBIT "A"
PROPOSAL
McKay Lodge Fine Arts
Conservation Laboratory, Inc.
10915 Pyle Road
Oberlin, OH 44074
E-Mail: mckaylodge@gmail.com
1Vu6..JNa`11ll LL..�llYI�DIL' ��1�1.�1Cn67�1'996�1V
�.a��������
vaor,n.-�ii �vai�.�:�. � � i ��riivi i-n.u�i.�,•,w,
BILLING NAME - --- � ` ��
/
Cil� of Fort Worth TRADITIOhAL I\DUSTRIAL
C/O Art5 COuOCiI O(FOrth WOrth Aiti'S AIiTS
and Tarrant Co.. Inc.
13oU Gcnd� Strcct
Fort Wonh.Te�as7Glo7
MOVUMENTAL
ARTS
PROJECT NO. PROJECT RECORD NAME
2,� �(�� 2� IOU Ft Wonh E�hibition Barns
PROPOSAL
DATE PROPOSAL NO.
12/I2/2u21 2-i1 ��
NropoSals aro linn pna proposal. and �he
TUTAI. sho�cn �cill tx �he billed amount
unlcs� ahcn�isc ��a�ed m ihc d�xri� ii m.
Circumstancc� ihv� can atlict ih� �ov� uf �hc
project such as dixoceries of unti�ruen
cundi�ioiu �cill be reported a. soun as
dixovered nnd nno associated addilional
charges ���ill be ne�otialed.
Yrop��.al priccs arc t�nlid for 90 dars unlc,s
u�hcn+isc indicn�cJ.
ARTIST OR PROJECT IDENTIFICATION 1 TITLE OR PROJECT IDENTIFICATION 2
unkno�rn Exhibition Banu Tilc Mumis
GOV. CONTRACT NO. GOV. ORDER/TASK NO. TASK CITY TASK STATE
Ft Worlh Tc�as
DESCRIPTION QTY RATE
PROPOSAL FOR RESTORATION W'ORK FOR SIY TILED MURALS AT THE WILL ROGERS
MEMORIAL COMPLEY. FT WORTH. TY
I'he goal of the treaunent is to clean. assess. siabilize and rcpair the damaged tile�carl: of 6 cenmic
lilc murals dccorating thc c�hibil barns locatcd at thc Will Rogcrs Mcmonal Complcs in Fon
Wortli. Tc�as.
T�co mumis. ti�icd SHEEP and CATT[.E �. arc in a alarming statc and rcquire c�tcnsi�c n:pairs.
Thc mural tidcd SW INE nccds cicaning and a small rcpair.
Thc mural titicd CATTLE 3 as �ccll as thc I�� o prccioush rcstorcd murals (CATTLE 1 and 2) necd
to bc cicaned and ha� c thcir condition �sscsscd.
Thc proposal �� as crcaicd bascd on photographs scnt bc Jcnnifcr Conn / Public An Collcction
Managcr i Arts Fon Wonh. and includcs all thc costs associatcd �cith thc rcstoration and
maintenancc ��ork rcqucslcd.
PROJECT MANAGEMENT
Thc Icad consc� ator shall bc Marcin Pikus. PA-AIC.
I'he projcct shall mquire one Consen ation Assistan� to help cam ou� the s�mcwral stabilization and
fills during thc firsi �ccck of ihc projcct.
Thc linal Icg of thc projccl (sccond �� cck) shall rcquirc onc Painting Consc�� alor to perfomi thc
rcpairs aud inpaint �hc glazc la��cr.
MESSAGE:
TOTAL
DEADLINE
TOTAL
Page 1
McKay Lodge Fine Arts ���� p����� ������g���p��
Conservation Laboratory, Inc.
10915 Pyle Road II'���������
Obedin,OH 44074 i�iioisn�n.�,.i:i... --� . i i�w.�i�i��uu
E-Mail mckaylodge@gmail com ` i
�� � . A� �� � f ��_
BILLING NAME
Citc of Fon Wortli
c;o .4ns Council of Forth Worth
and Taaant Co.. Inc.
130o Gcnd� Strcct
Fort Worth. Tc�as 761U7
I �s= — �1,� ��
._..__-----.
"CRADITIONAL 1\UUSiR1AL
ARTS ARTS
ht0\CAtE\TAL
ARTS
PROPOSAL
DATE PROPOSAL NO.
12/12/202�1 Z�100
Propo+:il. arc linn pncc pnrywads �wd Ihc
70'!AL sho�cn �cill M thc billed amoum
unles. olherni,e,taled in ihe deunpiion.
Circums�anccs �ha� can a�lecl Ihe cost ��� ihc
project such as discoveries of unli�rseen
conditions �cill be reported a; .�,�,n .0
di�co��crcd and xm� aswcia�ed additional
eharees �vill be negotia�ed.
Nroposal prices arc calid �br �i dac. tmlcs,
alhcn+i,c indicu�cd_ �
PROJECT NO. PROJECT RECORD NAME
2�� �� 2�1IU0 Fl Woith Echibition Barns
ARTIST OR PROJECT IDENTIFICATION 1 TITLE OR PROJECT IDENTIFICATION 2
unkno�� u E.�hibilion Barns'�'ilc Murals
GOV. CONTRACT NO. GOV. ORDER/TASK NO. TASK CITY
Ft Worlh
DESCRIPTION
We assmne access to elec[ricin and ��ater (including a garden hose) �� ill be procided. We shall
hace n� o scissor lifts rentcd Cor thc duration of thc projcct to �cork simultancoush on 2 murals a�
once.
LABOR
Conscn alor I- Tra� el planning + projccl planning
Conscn ator I- Matcnal procurcmcnt and pxking
Conscn ator I- Roundtnp tn� cl (�ccckcnd)
Assistam - Roundtnp tmccl (�rcckcnd)
Conscn ator 2- Roundtrip traccl (�� cckcnd)
Consen ator I- Clean tl�e tilc��ark, stabilize. inlcct grout, fill danwged tiles.
Assistani - Clcan thc tilc��ork. stabilizc. injcct grout. fill damagcd tilcs
Conscnator I- Rccrcatc thc damaged dcsign. rcpaint rcpaircd tilcs
Consen ator 2- Recreate thc damaged design. rcpaint rcp�ircd �ilcs
SUBTOTALLABOR
RENTALS
Scissor lifi rental / SUNBELT
SUBTOTAL RENT.4LS
MESSAGE:
Page 2
DEADLINE
TASK STATE
Tcsas
QTY RATE TOTAL
I(
x
2�1
2�1
z�
�l)
+u
-4()
-4U
�?i 1111 2.ROII.IIIIT
179.011 I.�IIIII.IIIIT
17i 1111 �.2110.UUT
IU�Uo 2.?92.o0"I'
i�s�r �.zou.00�r
175110 7.OUO.UI� I'
�oauo -t3zu.ou-r
17� UU 7 (l0U.U6i'
17> 110 7.OIIU.011 I�
ao.� I �.uo
2 2.37i.i11 �.i�l.11ll
a.'� Luu
TOTAL
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
14
McKay Lodge Fine Arts ���� p����� ������g���p��
Conservation Laboratory, Inc.
10915 Pyle Road II'���������
Obedin,OH 44074 i�iioisn�n.�,.i:i... --� . i i�w.�i�i��uu
E-Mail mckaylodge@gmail com ` i
�� � . A� �� � f ��_
BILLING NAME
Citc of Fon Wortli
c;o .4ns Council of Forth Worth
and Taaant Co.. Inc.
130o Gcnd� Strcct
Fort Worth. Tc�as 761U7
I �s= — �1,� ��
._..__-----.
"CRADITIONAL 1\UUSiR1AL
ARTS ARTS
ht0\CAtE\TAL
ARTS
PROPOSAL
DATE PROPOSAL NO.
12/12/202�1 Z�100
Propo+:il. arc linn pncc pnrywads �wd Ihc
70'!AL sho�cn �cill M thc billed amoum
unles. olherni,e,taled in ihe deunpiion.
Circums�anccs �ha� can a�lecl Ihe cost ��� ihc
project such as discoveries of unli�rseen
conditions �cill be reported a; .�,�,n .0
di�co��crcd and xm� aswcia�ed additional
eharees �vill be negotia�ed.
Nroposal prices arc calid �br �i dac. tmlcs,
alhcn+i,c indicu�cd_ �
PROJECT NO. PROJECT RECORD NAME
2�� �� 2�1IU0 Fl Woith Echibition Barns
ARTIST OR PROJECT IDENTIFICATION 1 TITLE OR PROJECT IDENTIFICATION 2 DEADLINE
unkno�� u E.�hibilion Barns'�'ilc Murals
GOV. CONTRACT NO. GOV. ORDER/TASK NO. TASK CITY TASK STATE
Ft Wonh Tcsas
DESCRIPTION QTY RATE TOTAL
M.ATERIALS
Allo�cance for materials used in worl:: dctergent - All Surface Cleancr (PROSOCO)
Allo��ancc for malcrials uscd in �cork: injcction grout - JAHN M3� (CSP)
Allo�eancc for ma(cnals uscd in �+ork: restontion mortar - JAHN M70 �CSP)
Alb�cancc for malcnals uscd in �rork: cposc putn - MILLIPUT
Allo�cance for malcnals used in �+ork: acniic painl - GOLDEN
Allo�cancc for malcnals uscd in �cork: nudiums and � �rnishcs
Allo�cancc for malcnals uscd in �cork: c�lcrior tilc groul - MAPEI
Allo�cancc for matcrials uscd in �rork: paint bn�shcs
Alb�cancc for matcrials uscd in �rork: soh cnts
Allo�� ance for materials used in �� ork: disposables � nitrile glo� es. paFxr to�� el. nmsking tape.
�h"I�C1ICS.CtC I
SUBT07':4L \IA I'ERI:4LS
TRAVEL EXPENSES
Allo��ance foraidare (three roundtrips CLE-DFW)
Accommodations allo�ti ance
Othcr diarges - hotel tases
Hotcl parking
Mcals and incidcntals (per dicros)
MESSAGE:
Page 3
I
I
25
3U
�
I
l�
2
1
3`)ILUO
32n�m
a;o �m
�� �
201N)
j11.011
40 1111
20 (10
�!U 110
3 �I I. UU
3 )O.UO"C
32u.UUT
�5n.00T
I OOO.OUT
6011.I IU'�
2011.I II IT
�II.UUT
3U0.00"f
8U.00"f
3 iU.11ll l�
3.'3U.UU
3 Ri I C,U 2.5?�I.RII
2 2 6RR.00 >.376.011
I �FRI1.�R �4811.�1R
13 3a.oU �t2.Uu
2R IIIUJIII 2.R110.011
TOTAL
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
15
McKay Lodge Fine Arts ���� p����� ������g���p��
Conservation Laboratory, Inc.
10915 Pyle Road II'���������
Obedin,OH 44074 i�iioisn�n.�,.i:i... --� . i i�w.�i�i��uu
E-Mail mckaylodge@gmail com ` i
�� � . A� �� � f ��_
BILLING NAME
Citc of Fon Wortli
c;o .4ns Council of Forth Worth
and Taaant Co.. Inc.
130o Gcnd� Strcct
Fort Worth. Tc�as 761U7
I �s= — �1,� ��
._..__-----.
"CRADITIONAL 1\UUSiR1AL
ARTS ARTS
ht0\CAtE\TAL
ARTS
PROJECT NO. PROJECT RECORD NAME
2�� �� 2�1IU0 Fl Woith Echibition Barns
PROPOSAL
DATE PROPOSAL NO.
12/12/202�1 Z�100
Propo+:il. arc linn pncc pnrywads �wd Ihc
70'!AL sho�cn �cill M thc billed amoum
unles. olherni,e,taled in ihe deunpiion.
Circums�anccs �ha� can a�lecl Ihe cost ��� ihc
project such as discoveries of unli�rseen
conditions �cill be reported a; .�,�,n .0
di�co��crcd and xm� aswcia�ed additional
eharees �vill be negotia�ed.
Nroposal prices arc calid �br �i dac. tmlcs,
alhcn+i,c indicu�cd_ �
ARTIST OR PROJECT IDENTIFICATION 1 TITLE OR PROJECT IDENTIFICATION 2
unkno�� u E.�hibilion Barns'�'ilc Murals
GOV. CONTRACT NO. GOV. ORDER/TASK NO. TASK CITY TASK STATE
Ft Wonh Tcsas
DESCRIPTION QTY RATE
Personal car mileage reimbursemen[ - 3 roundtrips: Oberlin - Hopkins - Obzdin (3 ��U miles) 1 i0 ll G�
Airport parking (CLE) 28 2�.00
Allo�cancc Tor rental car ( I�F da} s) 1 I(17R.28
Loss damage �cai�er (ld dacs �a, $ 2899) 14 2R.99
Supplcmcntal liabilit} protection 14 131�
Ta�cs and fccs I di3.39
TRAVELSUBTOTAL
REQUIRED SUBMITTALS
FED EX
CLIN IOOG Final Conscn�ation Rcpon
SUBTOTAL REQUIRED SUBMIT'I�ALS
Rounding to thc nearest dollar
MESSAGE:
DEADLINE
TOTAL
100.�0
7uo.ull
i ms.zxr
�lOi.SG
I$i.ill
d5339
i�.��r, xi
l i�}.UU i.}.1111
2d 1 l8 UO 2.83LUu'I'
z.xxc�.uu
I -0.6� -II.(�}
TOTAL
Page 4
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
16
McKay Lodge Fine Arts ���� p����� ������g���p��
Conservation Laboratory, Inc.
10915 Pyle Road II'���������
Obedin,OH 44074 i�iioisn�n.�,.i:i... --� . i i�w.�i�i��uu
E-Mail mckaylodge@gmail com ` i
�� � . A� �� � f ��_
BILLING NAME
Citc of Fon Wortli
c;o .4ns Council of Forth Worth
and Taaant Co.. Inc.
130o Gcnd� Strcct
Fort Worth. Tc�as 761U7
I �s= — �1,� ��
._..__-----.
"CRADITIONAL 1\UUSiR1AL
ARTS ARTS
ht0\CAtE\TAL
ARTS
PROJECT NO. PROJECT RECORD NAME
2�� �� 2�1IU0 Fl Woith Echibition Barns
PROPOSAL
DATE PROPOSAL NO.
12/12/202�1 Z�100
Propo+:il. arc linn pncc pnrywads �wd Ihc
70'!AL sho�cn �cill M thc billed amoum
unles. olherni,e,taled in ihe deunpiion.
Circums�anccs �ha� can a�lecl Ihe cost ��� ihc
project such as discoveries of unli�rseen
conditions �cill be reported a; .�,�,n .0
di�co��crcd and xm� aswcia�ed additional
eharees �vill be negotia�ed.
Nroposal prices arc calid �br �i dac. tmlcs,
alhcn+i,c indicu�cd_ �
ARTIST OR PROJECT IDENTIFICATION 1 TITLE OR PROJECT IDENTIFICATION 2
unkno�� u E.�hibilion Barns'�'ilc Murals
GOV. CONTRACT NO. GOV. ORDER/TASK NO. TASK CITY TASK STATE
Ft Wonh Tcsas
DESCRIPTION QTY RATE
PLEASE SIGK BELOW AND RE'i'l:Rh (Kcturn b� Fa� is Acccp�ablel i0 aPPROVE THIS
PROPOSAL:
SIGNATURL-
PRINT NAME. TITL�
DATE APPROVED
Ta� E�cmpt Oreauliatiou
MESSAGE:
TOTAL
Page 5
DEADLINE
TOTAL
O.UU
II.OD U.1111
sc��.i��.i�
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
ILUU
17
EXHIBIT `B"
TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE
,:� ,.>,�,.>�
(.�.I :� � Fe. � t w �
Texas Sales and Use Tax Exemption Certification
This ceRficate dces no; requarn a nttmher to be vafK1
apMw�. w+�«�..y
kv oi Fort WoRh. Texas
IWO�s�a (Sbesf6Awn0er. v.U. 80� aHa
200 Tezas Street
CM. St�1e. tlo code
Fo�c wonn, Te:es �s� oz
a»sn�sn
I, the purzhaser named above, claim an exertiption from payment of sales and use taxes (for the purohase d taxabie
items descnbed belaw or on the ariached order or invoice) from:
��. All Vendors
Stroet sdOrasr — —CAy, Stele. ZIP code:
D�saqbn o1 iUms to De purchassd or on Ms sNad�sd ader a invaos:
All items. Purohaser ackrawtedaes that this Certificate cannot be used for the o�x�hase. leese or �rtel oT a rtwbr
�ehide.
Purchaser dems INs exemptbn (or the lollawng roaeon:
Muniapaldy. Govemmental En6ry
I u�tend Ihat I wi� be liable fw p�ymen ol ell �tete and local salas a uee tazea whkh may beoort�e due 1a laikre to ca+ipy wi+
Me proviaions ol the Tex Code endlor e11 epplioable tew.
I�meersrenernatiflsecrim;v,eroAense rognre enexernpaon oeraacerero Me se�0erlorta�cebbN�msmerrla�ow. �me Evnedp.rnasR
wriMbeusedNtamerr►erdherthartfhafexpiessedhtlaaaevtif+cele. enddependmpmtheamoinitdtexeredsd.lheol�enaert+spwrp�
Irom a Cless C mrsdernearar to a/elony a✓!he aeoa+d depee.
�'in�f.uM n iiM [l�le
��e � �/�! Finanoe DYedodCFO �i! i(I �Q
NOTE This oe�tifi�aM wnnot bo issued for ths purdwse, lease, a rental d a mota vetrcie
TklS CER7PFfCA TE DOPS NOT REQUIftF A NUMBER TO BE VALAD.
Sales and Use Tax'[xemptbn Nurt�bers' a"Taz EzempC MumDen Oo not e�st.
This certificate ahould be furnished to fhe suppliar.
Do � send the comp�eted ce�cate to the Comptroller oi Publk Accounts.
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
18
EXffiBIT "C"
AFFADAVIT OF BILLS PAID
Date:
Affiant (Contractor):
Property:
Affiant on oath swears that the following statement is true:
Affiant has paid each of Affiant's Contractors, labarers, and materialmen in full for all labor and
materials provided to Affiant for the construction of any and all improvements on the property.
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:
SUBSCRIBED AND SWORN TO before me, the undersigned authority, on this the
day of , 2025.
Notary Public, State of Texas
Print Name
Commission Expires
Professional Services Agreement between City of Fort Worth
and McKay Lodge Fine Arts Conservation Laboratory, Inc.
Execution Copy
19