Loading...
HomeMy WebLinkAboutFresno Arts Council Contract (FYI) 10-1-23Page 1 of 11 CONTRACT BETWEEN FRESNO YOSEMITE INTERNATIONAL AIRPORT / CITY OF FRESNO AND FRESNO ARTS COUNCIL This Contract, effective as of October 1, 2023 – April 30, 2026, is made and entered into by and between The City of Fresno/Fresno Yosemite International Airport (City), a corporation whose office is located at 4995 E. Clinton Way, Fresno, CA 93727-1525; to be represented by Henry Thompson – Director of Aviation, whose office is 4995 E. Clinton Way, Fresno, CA 93727-1525 and Fresno Arts Council, Inc. (FAC), a California a 501(c)3 corporation with offices at 1245 Van Ness Ave, Fresno, CA 93721. RECITALS City has determined the need for certain Art related services to develop and implement a terminal expansion public art program at the Fresno Yosemite International Airport; and FAC has agreed to provide the same in accordance with the terms and conditions contained herein. TERMS The foregoing recitals are incorporated herein for all purposes as if fully set forth. 1. SERVICES AND PERFORMANCE SCHEDULE FAC shall perform the services set forth in Exhibit A, Scope of Services, Performance Schedule, and Compensation (Services), in accordance with the performance schedule established therein. FAC shall include in the terminal expansion public art program that the selected artists shall execute a waiver of moral rights to the public art on a form acceptable to the City. 2. INDEPENDENT CONTRACTOR FAC is an independent contractor and is not in a joint venture, partnership, principal - agent, or employer-employee relationship with the City. As such, FAC shall be solely responsible for the means, methods, techniques, sequences, and procedures utilized in the performance of the Services, and shall have sole direction and control over its employees, agents, servants, and lower- tier subcontractors. FAC, consistent with its status as an independent contractor, shall not hold itself out as, or claim to be, an officer, agent, representative, or employee of the City, or allow its personnel to do so. 3. SUBCONTRACT FAC shall enter into an agreement as necessary with the selected artists or artist collective to complete the terminal expansion public art program as proposed in their submission and shall oversee and manage planning, Call to Artists, artwork selections, preparation and installation as necessary. Nothing contained in this Contract or otherwise DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10 Page 2 of 11 shall create any contractual relation between the City and Subcontractors, and no subcontract shall relieve FAC from their responsibilities and obligations under this Contract. FAC’s obligation to pay its Subcontractor is an independent obligation from the City’s obligation to make payment to FAC. As a result, the Contractor shall have no obligation to pay or enforce payment of any money to the su bcontractor. 4. COMPENSATION FAC shall perform the Services for an amount not to exceed $20,000.00. 5. INVOICES FAC shall submit its invoice to the City promptly upon completion of all Services and obligations under the Contract. For services satisfactorily rendered in accordance with the terms of this Agreement, and upon receipt and approval of the invoices by the City, the City agrees to compensate FAC with a lump sum payment of $20,000.00 for the development and implementation of a terminal expansion public art program, which includes, but is not limited to administration and processing. 6. PAYMENT Contingent upon FAC’s submittal of a proper invoice and supporting documentation, the City shall pay those undisputed amounts due and owing within 10 days. 7. INDEMNIFICATION To the furthest extent allowed by law, FAC shall indemnify, hold harmless and defend City and each of its officers, officials, employees, agents and volunteers from any and all loss, liability, fines, penalties, forfeitures, costs and damages (whether in contract, tort or strict liability, including but not limited to personal injury, death at any time and property damage), and from any and all claims, demands and actions in law or equity (including reasonable attorney's fees, litigation expenses and cost to enforce this agreement) that arise out of, pertain to, or relate to the negligence, recklessness or willful misconduct of FAC, its principals, officers, employees, agents or volunteers in the performance of this Agreement. If FAC should subcontract all or any portion of the services to be performed under this Agreement, FAC shall require each subcontractor to indemnify, hold harmless and defend City and each of its officers, officials, employees, agents and volunteers in accordance with the terms of the preceding paragraph. This section shall survive termination or expiration of this Agreement. 8. INSURANCE REQUIREMENTS (a) Throughout the life of this Contract, FAC shall pay for and maintain in full force and effect all insurance as required in Exhibit B with an insurance company(ies) either (i) admitted by the California Insurance Commissioner to do business in the State of California and rated no less than “A-VII” in the Best’s Insurance Rating Guide, or (ii) as may be authorized in writing by City's Risk Manager or designee at any time and in its sole discretion. The required policies of insurance as stated herein shall maintain limits of liability of not less than those amounts stated therein. However, the insurance limits DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10 Page 3 of 11 available to City, its officers, officials, employees, agents and volunteers as additional insureds, shall be the greater of the minimum limits specified therein or the full limit of any insurance proceeds to the named insured. (b) If at any time during the life of the Agreement or any extension, FAC or any of its subcontractors fail to maintain any required insurance in full force and effect, all services and work under this Agreement shall be discontinued immediately, and all payments due or that become due to FAC shall be withheld until notice is received by City that the required insurance has been restored to full force and effect and that the premiums therefore have been paid for a period satisfactory to City. Any failure to maintain the required insurance shall be sufficient cause for City to terminate this Agreement. No action taken by City pursuant to this section shall in any way relieve FAC of its responsibilities under this Agreement. The phrase “fail to maintain any required insurance” shall include, without limitation, notification received by City that an insurer has commenced proceedings, or has had proceedings commenced against it, indicating that the insurer is insolvent. (c) The fact that insurance is obtained by FAC shall not be deemed to release or diminish the liability of FAC, including, without limitation, liability under the indemnity provisions of this Agreement. The duty to indemnify City shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by FAC. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of FAC, vendors, suppliers, invitees, contractors, sub-contractors, subcontractors, or anyone employed directly or indirectly by any of them. 9. NOTICES All required notices shall be given in writing, signed by the party giving notice, and delivered to the following address. CITY FRESNO ARTS COUNCIL Fresno Yosemite International Airport 4995 E. Clinton Way Fresno, CA 93727-1525 Attention: Henry Thompson Director of Aviation Henry.Thompson@fresno.gov Fresno Arts Council, Inc. 1245 Van Ness Ave Fresno, CA 93721 Attention: Lilia G. Chavez Executive Director Lilia@fresnoartscouncil.og /// DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10 Page 4 of 11 10. ENTIRE AGREEMENT This Contract, consisting of this document and, Exhibit A, represents the entire and integrated agreement between Fresno Yosemite International Airport and the Fresno Arts Council and supersedes and replaces all prior and contemporaneous inducements, understandings, agreements, arrangements, negotiations, and representations, whether written or oral, with respect to the subject matter hereof. This Contract may not be modified except in writing, by an amendment signed by the parties hereto. [Signatures follow on the next page.] DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10 Page 5 of 11 IN WITNESS WHEREOF, FAC and City have duly executed this Contract at Fresno, California, effective as of the date first written above. CITY OF FRESNO By: Georgeanne A. White City Manager FRESNO ARTS COUNCIL By: Lilia Gonzales Chavez Executive Director (If corporation or LLC., Board Chair, Pres. or Vice Pres.) FRESNO YOSEMITE INTERNATIONAL AIRPORT By: Henry Thompson Director of Aviation APPROVED AS TO FORM: ANDREW JANZ City Attorney By: Brandon M. Collet Date Senior Deputy City Attorney ATTEST: TODD STERMER, CMC City Clerk By: Date Deputy By: Name: Title: (If corporation or LLC., CFO, Treasurer, Secretary or Assistant Secretary) EXHIBITS: Exhibit A – Scope of Services and Performance Schedule Exhibit B – Insurance Requirements DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10 11/7/2023 Treasurer Harpreet Gill 11/7/2023 11/7/2023 11/13/2023 11/13/2023 11/13/2023 Page 6 of 11 EXHIBIT A SCOPE OF SERVICES AND PERFORMANCE SCHEDULE FAC shall perform the following Services and shall complete the Services according to the following schedule: Task 1: Development and Implementation a. FAC shall develop a terminal expansion public art program b. FAC shall prepare the Call to Artists c. FAC shall prepare and coordinate meetings for the selection of artwork d. FAC shall coordinate selected artwork installations Task 2: Request for Proposals a. FAC shall prepare the Call to Artists b. FAC shall identify a list of artists to receive the Call to Artists c. FAC shall coordinate and facilitate a pre-proposal meeting Task 3: Art Selection Committee Formation a. FAC shall, in conjunction with the City, identify three (3) to (7) people to serve on the Art Selection Committee. b. FAC shall contact and obtain commitments from at least three (3) members to serve on the Art Selection Committee. Task 4: Art Selection Meetings a. FAC shall coordinate a minimum of five (5) meetings for the selection of art. Coordination refers to scheduling meetings to meet members’ availability, identifying a location for the meeting, facilitating the meeting, and preparing a record of the meeting. b. The five (5) meetings are expected to consist of the following general agendas: • Meeting 1: Orientation to the project (project background; development and or review of the Call to Artists) • Meeting 2: Review of proposals received from artists; select multiple artists based on defined public art locations within the terminal expansion for more refined proposals. • Meeting 3: Presentations from finalists; select artist(s) • Meeting 4: Coordinate artist studio visits to view existing artwork • Meeting 5: Contingency meeting if necessary Task 5: Subcontract a. FAC shall subcontract with the selected artists as an agent of the City to provide artists payment for the project. Deliverables: • Develop and implement a terminal expansion public art program DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10 Page 7 of 11 • Art Selection Committee Membership • Coordination and facilitation a minimum of six (6) Art Selection Committee meetings • Scope of Work for Public Art Call to Artists • Coordinate and facilitate a pre-proposal meeting • Subcontract selected Artists Due: Substantial work to be completed within 18 months of full execution of this contract DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10 Page 8 of 11 EXHIBIT B INSURANCE REQUIREMENTS MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: 1. The most current version of Insurance Services Office (ISO) Commercial General Liability Coverage Form CG 00 01, providing liability coverage arising out of your business operations. The Commercial General Liability policy shall be written on an occurrence form and shall provide coverage for “bodily injury,” “property damage” and “personal and advertising injury” with coverage for premises and operations (including the use of owned and non-owned equipment), products and completed operations, and contractual liability (including, without limitation, indemnity obligations under the Agreement) with limits of liability not less than those set forth under “Minimum Limits of Insurance.” 2. The most current version of Commercial Auto Coverage Form CA 00 01, providing liability coverage arising out of the ownership, maintenance or use of automobiles in the course of your business operations. The Automobile Policy shall be written on an occurrence form and shall provide coverage for all owned, hired, and non -owned automobiles or other licensed vehicles (Code 1- Any Auto). 3. Workers’ Compensation insurance as required by the State of California and Employer’s Liability Insurance. 4. Professional Liability (Errors and Omissions) insurance appropriate to FAC’S profession. MINIMUM LIMITS OF INSURANCE FAC, or any party the FAC subcontracts with, shall maintain limits of liability of not less than those set forth below. However, insurance limits available to City, its officers, officials, employees, agents and volunteers as additional insureds, shall be the greater of th e minimum limits specified herein or the full limit of any insurance proceeds available to the named insured: 1. COMMERCIAL GENERAL LIABILITY: (i) $1,000,000 per occurrence for bodily injury and property damage; (ii) $1,000,000 per occurrence for personal and advertising injury; (iii) $2,000,000 aggregate for products and completed operations; and, (iv) $2,000,000 general aggregate applying separately to the work performed under the Agreement. 2. COMMERCIAL AUTOMOBILE LIABILITY: $1,000,000 per accident for bodily injury and property damage. 3. WORKERS’ COMPENSATION INSURANCE as required by the State of California with statutory limits. 4. EMPLOYER’S LIABILITY: (i) $1,000,000 each accident for bodily injury; (ii) $1,000,000 disease each employee; and, (iii) $1,000,000 disease policy limit. DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10 Page 9 of 11 5. PROFESSIONAL LIABILITY (Errors and Omissions): (i) $1,000,000 per claim/occurrence; and, (ii) $2,000,000 policy aggregate. UMBRELLA OR EXCESS INSURANCE In the event FAC purchases an Umbrella or Excess insurance policy(ies) to meet the “Minimum Limits of Insurance,” this insurance policy(ies) shall “follow form” and afford no less coverage than the primary insurance policy(ies). In addition, such Umbrella or Excess insurance policy(ies) shall also apply on a primary and non-contributory basis for the benefit of the City, its officers, officials, employees, agents and volunteers. DEDUCTIBLES AND SELF-INSURED RETENTIONS FAC shall be responsible for payment of any deductibles contained in any insurance policy(ies) required herein and FAC shall also be responsible for payment of any self-insured retentions. OTHER INSURANCE PROVISIONS/ENDORSEMENTS The General Liability and Automobile Liability insurance policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as additional insureds. FAC shall establish additional insured status for the City under the General Liability policy for all ongoing and completed operations by use of endorsements providing additional insured status as broad as that contained in ISO Form CG 20 10 11 85 or CG 20 10 04 13. 2. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees, agents and volunteers. Any available insurance proceeds in excess of the specified minimum limits and coverage shall be available to the Additional Insured. 3. FAC’S insurance coverage shall be primary insurance with respect to the City, its officers, officials, employees, agents and volunteers. Any insurance or self -insurance maintained by the City, its officers, officials, employees, agents and volunteers shall be excess of FAC’S insurance and shall not contribute with it. FAC shall establish primary and non-contributory status on the General Liability policy by use of ISO Form CG 20 01 04 13, or by an executed endorsement that provides primary and non -contributory status as broad as that contained in ISO Form CG 20 01 04 13. 4. The Workers’ Compensation insurance policy is to contain, or be endorsed to contain, the following provision: FAC and its insurer shall waive any right of subrogation against City, its officers, officials, employees, agents and volunteers. 5. All policies of insurance required herein shall be endorsed to provide that the coverage shall not be cancelled, non-renewed, reduced in coverage or in limits except after thirty (30) calendar days written notice by certified mail, return receipt requested, has been given to City. FAC is also responsible for providing written notice to the City under the same terms and conditions. Upon issuance by the insurer, broker, or agent of a notice of cancellation, non-renewal, or reduction in coverage or in limits, FAC shall furnish City with a new certificate and applicable endorsements for such policy(ies). In the event any policy is due to expire during the work to be performed for City, FAC shall provide a new certificate, DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10 Page 10 of 11 and applicable endorsements, evidencing renewal of such policy not less than fifteen (15) calendar days prior to the expiration date of the expiring policy. 6. Should any of the required policies provide that the defense costs are paid within the Limits of Liability, thereby reducing the available limits by an y defense costs, then the requirement for the Limits of Liability of these polices will be twice the above stated limits. 7. The fact that insurance is obtained by FAC shall not be deemed to release or diminish the liability of FAC, including, without limitation, liability under the indemnity provisions of this Agreement. The policy limits do not act as a limitation upon the amount of indemnification to be provided by FAC. Approval or purchase of any insurance contracts or policies shall in no way relieve from liability nor limit the liability of FAC, its principals, officers, agents, employees, persons under the supervision of FAC, vendors, suppliers, invitees, consultants, sub-consultants, subcontractors, or anyone employed directly or indirectly by any of them. CLAIMS-MADE POLICIES If the Professional Liability (Errors and Omissions) insurance policy is written on a claims -made form: 1. The retroactive date must be shown, and must be before the effective date of the Agreement or the commencement of work by FAC. 2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the Agreement work or termination of the Agreement, whichever occurs first, or, in the alternative, the policy shall be end orsed to provide not less than a five (5) year discovery period. 3. If coverage is canceled or non-renewed, and not replaced with another claims- made policy form with a retroactive date prior to the effective date of the Agreement or the commencement of work by FAC, FAC must purchase “extended reporting” coverage for a minimum of five (5) years completion of the Agreement work or termination of the Agreement, whichever occurs first. 4. A copy of the claims reporting requirements must be submitted to City for review. 5. These requirements shall survive expiration or termination of the Agreement. VERIFICATION OF COVERAGE FAC shall furnish City with all certificate(s) and applicable endorsements effecting coverage required hereunder. All certificates and applicable endorsements are to be received and approved by the City’s Risk Manager or designee prior to City’s execution of the Agreement and before work commences. All non-ISO endorsements amending policy coverage shall be executed by a licensed and authorized agent or broker. Upon request of City, FAC shall immediately furnish City with a complete copy of any insurance policy required under this Agreement, including all endorsements, with said copy certified by the underwriter to be a true and correct copy of the original policy. This requirement shall survive expiration or termination of this Agreement. SUBCONTRACTORS If FAC subcontracts any or all of the services to be performed under this Agreement, FAC shall require, at the discretion of the City Risk Manager or designee, subcontractor(s) to enter into a separate side agreement with the City to provide required indemnification and insurance protection. Any required side agreement(s) and associated insurance documents for the subcontractor must be reviewed and preapproved by City Risk Manager or designee. If no side DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10 Page 11 of 11 agreement is required, FAC shall require and verify that subcontractors maintain insurance meeting all the requirements stated herein and FAC shall ensure that City, its officers, officials, employees, agents, and volunteers are additional insureds. The subcontractors' certificates and endorsements shall be on file with FAC, and City, prior to commencement of any work by the subcontractor. DocuSign Envelope ID: 33B2FD30-E4FE-42FA-AAF1-E5F38E1C7C10