Loading...
HomeMy WebLinkAboutContract 51984 CITY SECRETARY ^ONTRACT No. 15198'f SECOND BRIDGE AGREEMENT FOR MANAGEMENT AND IMPROVEMENT SERVICES Fort Worth Public Improvement District No. 12 (Chapel Hill) This SECOND BRIDGE AGREEMENT FOR MANAGEMENT AND IMPROVEMENT SERVICES("Agreement")is made and entered into by and between the CITY OF FORT WORTH(the "City"), a home rule municipal corporation organized under the laws of the State of Texas acting by and through its duly authorized Assistant City Manager, and RTI COMMUNITY MANAGEMENT ASSOCIATES,INC.,a Texas corporation doing business as CMA,("Contractor")acting by and through Bill Partridge, its duly authorized Chief Financial Officer. RECITALS The following statements are true and correct and constitute the basis upon which the City and Contractor have entered into this Agreement: WHEREAS,pursuant to Chapter 372 of the Texas Local Government Code on March 23, 2004, the City Council of the City of Fort Worth adopted Resolution No. 3060 establishing Fort Worth Public Improvement District No. 12 (the"District"); WHEREAS, the City is authorized to utilize the District to undertake improvements and services that confer special benefits on the part of the City within the District; WHEREAS,the City Council is authorized to levy and collect special assessments on property in the District, based on the special services conferred by the improvements and services, to pay the cost of such improvements and services; WHEREAS, the City and Contractor entered into a temporary bridge agreement to allow the Contractor to manage the improvements and services for the District until such time as the parties could negotiate a more permanent agreement to serve through the end of the City's fiscal year (October 1 — September 30),the same being Fort Worth City Secretary Contract No. 51799; WHEREAS the City and Contractor are still negotiating the terms and conditions of a written agreement for the provision of certain improvements and services in the District that will serve through the remainder City's current fiscal year(October 1 —September 30); WHEREAS, the City and Contractor recognize the need to allow the Contractor to perform the improvements and services until such time as a more permanent agreement can be executed; WHEREAS,this Agreement is intended to bridge that gap so that the Contractor can perform,and receive reimbursement for,the improvements and services necessary for the District; and NOW,THEREFORE,for and in consideration of the mutual covenants,promises,and agreements contained herein, the City and Contractor do hereby covenant and agree as follows: AGREEMENT 1. ENGAGEMENT OF CONTRACTOR. 1.1 The City hereby engages the Contractor, and the Contractor hereby agrees to provide, furnish,oversee, or perform in accordance with this Agreement the improvements and services set forth in �t`�is Agreement for the Term (as hereinafter defined). _ OFFICIAL RECORD iagement and Improvement Services Agreement a 1 i SECRETARY �� �-vith CMA for PID 12(Chapel Hill) �.�,.Lafa'''�/'r 2. IMPROVEMENTS AND SERVICES FOR THE DISTRICT. 2.1. Scope of Contractor's Duties. (a) Contractor will provide or cause to be provided those improvements and services ("Improvements and Services") set forth and subject to the Budget and Service Plan for the District, as approved by the City Council for City's 2018-2019 fiscal year ("Budget and Service Plan") (which is attached hereto as Exhibit"A" and hereby made a part of this Agreement for all purposes), as may subsequently be amended, and the ordinance adopted by the City Council levying assessments on properties in the District for such Improvements and Services (which ordinance is a public document on file in the City Secretary's Office and is hereby incorporated for all purposes). (b) Contractor will also oversee the bidding and awarding of any third-party contracts for the above-referenced Improvements and Services in accordance with all applicable laws and the policy and guidelines set forth in the Policy for Operating Public Improvement Districts adopted by the City Council pursuant to Resolution No.4905-02-2018(the"PID Policy"), a copy of which Contractor hereby certifies it has received and which is incorporated herein by reference for all purposes. (c) Contractor must comply with all duties and responsibilities set forth in Exhibit"B",which is attached hereto and incorporated herein for all purposes. (d) Contractor must comply with Section 2.1 (b)-(g) of Fort Worth City Secretary Contract ("CSC") Number 50062, the terms of which are incorporated herein by reference as if stated in full. 2.2. Security Personnel. (a) In the event Contractor employs security personnel as a part of providing Improvements and Services under this Agreement, Contractor hereby assumes sole responsibility for any and all acts or omissions of security personnel in the performance of their responsibilities hereunder. Security personnel shall include, but not be limited to, any employee, agent, representative, security officer, or off-duty Fort Worth Police officer hired by the Contractor to provide Security Services within the District. "Security Services" does not include any duties and responsibilities related to running radar on drivers, writing parking citations,investigating crimes,or other job functions normally performed by on-duty police officers. Contractor shall bear sole responsibility, if any, for reporting its payment for each security personnel's services as taxable income to the Internal Revenue Service. (b) If Contractor employs off-duty Fort Worth police officers to provide Security Services,the parties understand, acknowledge, and agree that, while performing Security Services for the Contractor under this Agreement, the off-duty officers are not considered employees of the City of Fort Worth, except as provided herein. Contractor shall direct residents to call 911 in the case of an emergency. Off-duty Fort Worth police officers working for the Contractor will not answer calls for police service from Police Department dispatchers except in the event of a life-threatening emergency, in which case the off-duty officer would then be considered"on-duty"and working as an employee of the City of Fort Worth. If the off-duty officer becomes aware of a situation that warrants immediate police action within the District, he or she can take police action while also advising on-duty officers of the situation. Responsibility for the incident will be transferred to an on-duty officer as Management and Improvement Services Agreement with CMA for PID 12(Chapel Hill) 2 of 7 soon as one reaches the scene. Should off-duty Fort Worth police officers be used by Contractor to provide Security Services,reimbursement by the City for such services shall be done on forms and in a manner prescribed by the City. (c) Notwithstanding anything to the contrary in this Section 2.2,the City reserves the right, at any time and for any reason, to remove the administration of security services from the scope of the Contractor's work. In the event the City exercises this provision, the Administrator will provide the Contractor with written notice at least ten(10)calendar days prior to assuming such administrative obligations. 2.3. Contractor Compensation. Notwithstanding anything to the contrary, payment of any management fee and insurance payments, as those items are reflected the Budget and Service Plan, will be addressed in the permanent agreement to be executed by the parties. The term Management Fee includes any and all insurance costs and administrative costs incurred by the Contractor to perform its duties and responsibilities under this Agreement, including, but not limited to, rent, office space, telephone charges (wired and wireless), office and general supplies, employee insurance, salaries, clerical costs, project management fees and costs, staff expenses, professional development,training, education, and the like. 2.4 Reimbursement for Improvements and Services. Notwithstanding anything to the contrary, any invoices received by the City for reimbursement of any Improvements or Services prior to the date that the City executes this Agreement, as set forth on the signature page of this Agreement, will be deemed to have been received by the City on the date that the City executes this Agreement. The City will reimburse the Contractor in accordance with Section 6 of CSC 50062 as set forth herein. 3. INCORPORATION OF ADDITIONAL TERMS FROM CSC 50062. 3.1 The parties agree to comply with the following sections contained in CSC No. 50062, which are hereby incorporated into this Agreement by reference as if stated in full: (a) Section 2.3 - Standard of Care;Nature of Relationship (b) Section 3 —City's Duties and Responsibilities (c) Section 4—Amendments (d) Section 6—Release of Funds to Contractor (e) Section 7—Discrimination Prohibited (f) Section 8—Business Diversity Enterprise Ordinance (g) Section 9—Contractor Liability (h) Section 10—Liability of City; Personal Liability of Public Officials (i) Section 11 —Indemnification 0) Section 12—Independent Contractor (k) Section 13 —Insurance (1) Section 14—Taxes (m)Section 15—Permits (n) Section 16—Character of Work and Operations (o) Section 17—Assignment and Subcontracting (p) Section 18—Default (q) Section 19—Cooperation with City (r) Section 20—Books and Records; Auditing Rights (s) Section 21 —Notices (t) Section 22—Compliance with Laws, Ordinances, Rules, and Regulations (u) Section 23 —Governmental Powers (v) Section 24—No Waiver Management and Improvement Services Agreement with CMA for PID 12(Chapel Hill) 3 of 7 (w) Section 25—Venue and Choice of Law (x) Section 26—No Third Party Rights (y) Section 27—Interpretation (z) Section 28—Captions (aa)Section 30-Counterparts 4. TERM. 4.1 This Agreement is effective beginning on January 1, 2019 (the "Effective Date") and, unless terminated earlier in accordance with this Agreement, expires on March 31,2019 ("Term"). 5. BOYCOTT ISRAEL. 5.1 Contractor acknowledges that in accordance with Chapter 2270 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 Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies 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 Agreement. 6. ENTIRETY OF AGREEMENT. 6.1 This Agreement, including any exhibits attached hereto and any documents incorporated herein by reference, contains the entire understanding and agreement between the City and Contractor 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. EXECUTED as of the last date indicated below: CITY OF FORT WORTH: RTI COMMUNITY MANAGEMENT ASSOCIATES,a Texas corporation d/b/a CMA- By" By: S an Alanis Bill artri ge Assistant City Manager Chief Financial Officer Date: Date: ozZqhi I ATTEST: A _ ,ATTEST: By: ..Ya Y y. r ary .Kays r / e� "`r , *e: e-.IeCity Secreta '' T � �� -n �L � KATHLEEN E. DAINSEY { j}, °s y SkTe of Te<cs I s Nola Puo,rc, s,i �•.,r MY Commission Fxr,res .. ` 2019 •,, �,:' ;�' November 03, ®1 � ar,rr r" Management and Improvement Services Agreement "'� with CMA for PID 12(Chapel Hill) 4 of 7 APPROVAL;r' ENDED: By: Kevin Gunn Acting Director of Finance APPROVED AS T iv FORM AND LE" 'LITY: By:_ Tyler F. a ch Assist ity Attorney M&C: BH-392 Date: August 21, 2018 Form 1295: 2019-440795 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. av'vk i��� Name of Employee Title 0MCIAL RECORD Management and Improvement Services Agreement D e g SECRETARY EeARY with CMA for PID 12(Chapel Hill) Ft ` TH, Exhibit"A" Budget and Service Plan City of Fort Worth Five Year Service Plan Public Improvement District No.12-Chapel Hill of Fort Worth FY18119 FY19/20 FY20121 FY21/22 FY2223 REVENUES PID Assessments $62,786 $59,977 $60,085 560,192 $60,300 Budget Revenues $62,786 $69,977 $60,086 $60,192 $60,300 Use of Fund Balance 1.642 - - - - Total Revenues $64,426 $59,977 $60,085 $60,192 $60,300 EXPENSES Management Fee 8.160 8,299 8,440 8,583 8,729 Utilities 35,369 36,430 37,523 38,649 39,808 Landscaping 12.509 12,509 12,722 12,722 12,938 Audit 1.000 1,000 1000 1,000 1,000 Pond Maintenance 2,340 2,340 2,817 2,817 2,817 Pond Chemicals 300 325 350 325 350 Fountain Repairs 750 825 675 795 850 Capital Improvements 1,500 1,500 1,500 1,500 1,500 Irrigation Repairs 500 500 500 500 500 City Administrative Fee 2,000 2,000 2,000 21000 2,000 Budget Expenses 64,428 66,728 67,626 68,691 70,493 Contribution to Fund Balance - - - - - Total Expenses $64,428 $66,728 $67,626 $68,891 $70,493 Management and Improvement Services Agreement with CMA for PID 12(Chapel Hill) 6 of 7 Exhibit`B" Additional Services to be Provided by Contractor 1) Contractor shall designate one of its employees to be the primary District manager; 2) Participate in meetings of City of Fort Worth departments of Performance and Budget, Financial Management Services, Park and Recreation, Transportation and Public Works, and Internal Audit to coordinate District activities; 3) Provided that the City has appointed an advisory body pursuant to Section 372.008(b) of the Texas Local Government Code, participate in all District advisory body meetings and update advisory body members on budget, security patrols, landscaping, City coordination issues, and other matters. At the request of the Contractor's president, arrange for guest presenters to attend meetings; 4) Establish means of communication for citizen input to report problems and make suggestions to the District. Coordinate responses to citizen input with the District advisory body or other entity selected by the City; 5) Maintain a full and accurate accounting of disbursements for reimbursement from District revenues, providing the District advisory body or other entity selected by the City with a monthly accounting statement; 6) Monitor recurring expenses and perform comparative analysis to identify emerging trends and real or potential problems. Notify the District advisory body or other entity selected by the City of trends and unusual or excessive expenses; 7) Maintain complete set of historical records of all District activity to include District charter, minutes of meetings, and agreements/contracts with other entities, grant applications, etc. from the beginning of the District to present; and 8) Work with all District committees to coordinate and handle all details associated with public events that are sponsored by District. The Contractor shall commence,carry on,and provide such Improvements and Services with all practicable dispatch, in a sound, economical, and efficient manner, in accordance with this Agreement and its attachments and all applicable law. Management and Improvement Services Agreement with CMA for PID 12(Chapel Hill) 7 of 7 City of Fort Worth, Texas Mayor and Council Communication S ILA TlOf ; Approved on 812912018 - Ordinance Nos, 23341-08-2018 & 2334248- 2018 DATE: Tuesday, August 21, 2018 REFERENCE NO.: BH-394 LOG NAME: 13FMS PID15FY19 SUBJECT: Conduct Public Benefit Hearing for Public Improvement District 15 - Sun Valley, Approve Fiscal Year 2018- 2019 Budget and Five-Year Service Plan in the Amount of$102,800.00, Approve Tax Year 2018 Assessment Roll, Adopt Ordinance Levying Special Assessments for the 2018 Tax Year at a Rate of$0.26 Per Each $100 of Property Value, Adopt Ordinance (1) Increasing Estimated Receipts and Appropriations in the Fort Worth Public Improvement District 15- Sun Valley Fund in the Amount of$92,441.00, from Available Funds, and (2) Increasing Appropriations in that Fund in the Amount of$10,359.00 and Reducing Fund Balance by the Same Amount, and Authorize Execution of an Agreement with Orasi Development, LLC, in the Amount of$10,200.00 to Manage the District (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Conduct a public benefit hearing concerning the proposed special assessments on the property located in Public Improvement District 15 - Sun Valley for the 2018 tax year; 2. Approve the attached Fiscal Year 2018-2019 Budget and Five-Year Service Plan for Public Improvement District 15 - Sun Valley in the amount of$102,800.00; 3. Approve the Tax Year 2018 Assessment Roll for Public Improvement District 15 - Sun Valley, on file with the City Secretary; 4. Adopt the attached ordinance levying special assessments on the property located in Public Improvement District 15- Sun Valley for the 2018 tax year at a rate of$0.26 per each $100.00 of property value; 5. Adopt the attached ordinance (1) increasing estimated receipts and appropriations in the Fort Worth Public Improvement District 15—Sun Valley Fund ("Fund") in the amount of$92,441.00, from available funds, and (2) increasing appropriations in the Fund in the amount of$10,359.00 and reducing the fund balance by the same amount; and 6. Authorize the execution of an Agreement with Orasi Development, LLC, in the amount of$10,200.00 to provide management of the improvements and services for Public Improvement District 15 - Sun Valley during Fiscal Year 2018-2019. DISCUSSION: On August 21, 2012, the City Council adopted Resolution No. 4120-08-2012 establishing Fort Worth Public Improvement District 15- Sun Valley (Sun Valley PID). Logname: 13FMS PID15FY19 - ' The purpose of this benefit hearing is to receive comments from the public regarding the 2018-2019 Fiscal Year Budget and Five-Year Service Plan for the Sun Valley PID and the proposed assessments to be levied on each property in the Sun Valley PID for the 2018 tax year. Following the public hearing, it is recommended that the City Council take the following actions: (a) approve the attached Budget and Five- Year Service Plan; (b) approve the 2018 Assessment Roll; and (c) adopt the attached ordinances levying the proposed assessments and appropriating funds. The improvements and services to be provided in the Sun Valley PID and the costs thereof are as follows: Improvements Total Budgeted Costs Management Fee $ 10,200.00 Security Enhancements$ 73,000.00 Equipment Rental $ 8,500.00 Truck Maintenance $ 4,000.00 Insurance $ 500.00 Professional Services $ 3,600.00 Website $ 500.00 Printing $ 500.00 City Administration Fee $ 2,000.00 Total Expenses $ 102,800.00 The total budgeted costs of the improvements and services are in the amount of$102,800.00. Of this amount, $92,441.00 will be funded by assessments collected on privately owned parcels located in the Sun Valley PID by applying a rate of$0.26 per each $100.00 of property value. The remaining $10,359.00 will be funded by a transfer from the unaudited, unassigned fund balance. For Fiscal Year 2018 (tax year 2017) City Council levied an assessment rate of$0.27 per each $100.00 of property value. The Sun Valley PID experienced growth in net taxable value equal to 20.6%, or $6,075,965.00, allowing for the assessment rate to be reduced by $0.01. Thus, the recommended Fiscal Year 2019 (tax year 2018) assessment rate is $0.26 per each $100.00 of property value. Even with the lower assessment rate, revenue growth year over year is $3,003, ol. 3.4%. On August 14, 2018, the City Council conducted a public hearing to receive comments on the proposed 2018-2019 Fiscal Year Budget, Five-Year Service Plan, and 2018 Assessments for the Sun Valley PID (M&C BH 380). Notice of the August 14, 2018 benefit hearing and this hearing were published in the Fort Worth Star-Telegram on July 21, 2018 and mailed to all record owners of property in the Sun Valley PID on July 20, 2018, in accordance with state law. Included within thm e notices was a draft of the Fiscal Year 2019 budget equaling $102,861.00. This amount was estimated bared upon non-certified values received from the Tarrant Appraisal District. On July 23, 2018, the City recei%,ed certified values for the Sun Valley PID and, as such, has finalized the Fiscal Year 2019 budget in the amounts shown. The Sun Valley PID is located in COUNCIL DISTRICT 5. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and the adoption of the Fiscal Year 2018-2019 Budget by the City Council, funds will bE! available in the Fiscal Year 2019 operating budget, as appropriated, of the Fort Worth Public Improvement District 15 - Sun Valley Fund. FUND IDENTIFIERS (FIDs): TO T.nannme• 1 WMS PTDT5FY19 Page 2 of 3 FunDepartment ccoun Project JProgram ctivity Budget Reference # moun ID ID Year ChartfieId 2 FROM Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Aaron Bovos (8517) Additional Information Contact: Angela Estrada (8511) ATTACHMENTS 1. 1295 Placeholder.pdf (Public) 2. 13FMS PID15FY19 AO (rev).docx (Public) 3. 13FMS PID15FY19 Assess Ord (rev).docx (Public) 4. Five Year Service Plan FY19 PID15 AE.pdf (Public) 5. Form 1295 Certificate PID15.pdf (Public) 6. PID-15 Sun Valley orthos.pdf (Public) 7. PID15 FIC Table.xlsx (CFW Internal) 8. StarTelegram Notice (rev).pdf (Public) Logname: 13FMS PID15FY19 - _"