Loading...
HomeMy WebLinkAboutContract 45175 fJ CITY SECRUARY, " CONARACT -I MANAGEMENT AND IMPROVEMENT SERVICES AGREEMENT Fort Worth Public Improvement District No. 1,4 "Trini 1u.#' This MANAGEMENT AND IMPROVEMENT' SERVICES AGREEMENT ("Agreement") is made and centered into by and between the CITE' OF FORT WORTH tie "City"), a home rule municipal corporation organized under the laws of the State of Texas actin by and through u Fernando Costa, its duly authorized Assistant City Manager, and DOWNTOWN' .SORT' WORTH,H, INS."., a Texas nonprofit corporation ("Contractor"), acting by and through Andy Taft, its duly authorized President. RECITALS, The following statements are true and correct and constitute the basis upon which the pity and Contractor have entered into, this Agreement: WHEREAS, pursuant to Chapter 3172 of the Texas Local Government Code on June 16, 2 9, the City Council of the City of pert Werth adopted Resolution No. 3748-06-2009 establishing Public Improvement District No., Y (the "Distriet"); and WHE REAS. the City is authorized to utilize the District to undertake improvements and/or services that confer special benefits on the part of the City within the District; an M pedal assessments can. WHEREAS, the fit Council is authorized to le and collect property in the District, based on the special services conferred by the improvements and/'or services, to pay the cast of such improvements and �ces and WHEREAS, the City desires to enter into a written agreement with contractor for provision of certain improvements and services in the District, as moire specifically set forth in this Agreement; and WHEREAS, such improvements and services constitute a supplement to standard City services and an added increment of service to provide other special benefits and services which will enhance the vitality and duality of the District and WHEREAS, Contractor wishes to assist the city by providing, furnishing, or performing such improvements and services; 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: OFFICIAL RECORD Page I clTy SECRETARY L CORD )EC TARY Management and I npwrovein nt services Agreement RJE wit h Downtown Foil Worth,Inc. FTv WORTH9 TX PID 14 fr nit Bluff � U „ n AGREEMENT .. ENGAGEMENT OAF,CONT ACTOR. The City hereby engages the Contractor, and the Contractor hereby agrees to provide, furnish', oversee or perform in accordance with this Agreeme t the improvements and/or services set forth in Faction 2. 2. IMPROVEMENTS AND SERVICES FOR THE ,SST" IC _'. 2.1. Sco a of Contractor's Duties. Contractor shall provide or cause to be ro�vide . those improvements are e ices (the "Im,p,ro,vements and Services") set forth and subject to the Service Plan and Budget for the District approved by the City Count for the fiscal year covered by this Agreement "Service Plan and Budget") is attached hereto as hi t and hereby made a, part of this Agreement for all purposes), amended, and the ordinance adopted by the City Council levying assessments on properties in the District for such Improvements, and Series (which ordinance is a pint document on file in, the City Secretary' Office and is hereby incorporated for all purposes). Contractor shall also comply with the following related duties and responsibilities.* (a) Oversee the bidding and awarding, any third r party contracts for the ove ref rencie m rove tints and Services in accordance with the guidelines set forth in the Policy and Guidelines for Public Improvement Districts, adopted by the City Council pursuant to eso ut n No., 3 7'11, 02- 2009 (the 11PID icy" copy old which Contractor hereby certifies, it has received and which is, incorporated herein by reference for all purposes,, (b) Monitor work performed by any subcontractors for any f the above- referenced Impry° eats and Services to ascertain that all such r performed completely, professionall y, and with the appropriate level of quality and to make whatever changes are necessary sa to achieve these objectives, (,c) Obtain, maintain and pay for insurance n c essitate by the above- referenced Improvements and Services, as y be directed or reviewed by the City's Risk Manager,-1 (d) In accordance wit Section 372. 1 of'the Texas Local Government Code and the PID Policy, prepare a Service Plan and Budget for the first five (5), Page . a iag nient and Improvement Services Agreemetif with Downtown Fort worth,Inc. PID 14(Trinity Bluff) C ars followin the fiscal year covered by this Agreement, to be adopted .Y 9 by the advisory body for the District or other entity designated by the City and approved by the City Council 1) Maintain a full and accurate accounting of disbursements for reimbursement from District revenues and all other financial reporting requirements set forth in the PID Policy; and (f) Comply with all other duties and responsibilities set forth in the guidelines of the PID Policy; (g) Comply with all duties and responsibilities set forth in Exhibit "B", attached hereto and hereby made a part of this Agreement for all purposes, and (h) Comply with all duties and responsibilities set forth in Exhl*bl*t "C" attached hereto and hereby made,a part of this Agreement for all purposes. 2.2. Contracto�r Co,Mlensatio . As full compensation for the provision of all Improvements and Services during the Term of this Agreement, the City shall pay Contractor the sum of$1,800-00, which amount is reflected in the Service Plan and Budget as, "Management Fee," which amount shall be paid in prorated installments in accordance with Section 6 hereof for the purpose of reimbursing Contractor -for its actual administrative costs directly related to the District's operations. 2.3. Standard of fare; Nature of Relationsh Contractor shall commence) carry on, and,provide the Improvements and Services with all practicable dispatch, in a sound, economical, and efficient marmer, in accordance with this Agreement and its attachments and all applicable laws. Contractor shall ensure that any work on the Improvements and Services is properly coordinated with related workbeing performed by the City. Contractor represents that it has, or will secure at its own expense, all materials, supplies, machinery, equipment, accessories, and services necessary to provide the Improvements and Services. Unless otherwise specifically provided herein, all of the Improvements and Services will be performed by the Contractor or under the Contractor's supervision. All personnel engaged by the Contractor shall be fully qualified to perform those Improvements and Services delegated to them. 2.4. Secure ly Personnel, In the event Contractor employs security persoi-mel as a part of providing Improvements and Services under the Agreement, Contractor hereby assumes sole responsibility for any and all acts or omissions of security personnel in the performance Page 3 Management and improvement Services Agreement with Downtown Fort Worth,Inc. PD 14(Trinity Bluff) .............. of their responsibilities hereunder. Security personnel shall, include, but not be limited to, any employee, e t representative, security officer, or off-duty Fort Worth Police officer fired by the Contractor to provide Secun*ty Services within the District., ecur Services" shall not include running radar on 'very, writing, citations,, investigating cr mes or other job functions normally performed by on-duty police officers. Contractor shall bear sole responsibility, if any, for reporting its payment f6r each security ers 's services as taxable income to the Internal Revenue Service. If Contractor lot's 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 his Agreement,, the ofd'-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 n emergency.y. Off-duty For Worth police officers working for the Contractor shall not, answer calls for police service from Police Department dispatchers except in the event of a life-tbreatening emergency, in which case the ffofficer would then be considers d "on-duty" and working as an employee f e City of Fort Worth. If the off-duty of cer becomes aware of a situation that warrants immediate police action with,in the District, he or she can take police action while also, advising on-duty officers of the situation., Res r si iii or the incident will be transferred to an o -�dnt officer as soon as one reaches, the scene. 3. CITVSDUTIES AND RESPONSIBIL11TIES. The City shall provide the following services i n connection with operation of the istri t and the Contractor's performance under this r e ent: (a) Levying and collecting assessments and recording the same in a separate revenue account; (b) payments to Contractor from, special assessment revenues and other District,revenues- (c) Maintaining e same level of services, in the District s that hic h C t provides in comparable areas of the City, (d) Maintaining complete and detailed records concerning any expenditure of special assessment, revenuies and other District revenues, which, are made through it departments, boards,, or agencies; (e) Retaining and expending revenues from special assessments, penalties, interest, and investment income thereon solely in the District; (f) Preparing are annual report of delinquent property assessments and liens thereon to be assigned to the City's, delinquent tax collection attorney, Page Management and Improvement Services Agreement with owntown Fob Worth,1110., D (Trinity Bluff) Making regular reports Contractor concerning delinquent assessments making billing thereon as necessary; and (h) an annual a. essm r t roll, of property owners and property within. the District. The City shall have no financial obligation to the District other than levying and collecting the assessments levied by the District, except as provided in Section 3(c) above and, pursuant to and in accordance with this Agreement, paying for Improvements and Services that Contractor performs in the District. 4. AMENDMENTS. This Agreement may not be amended unless executed in writing by both parties. 5. TERM. This Agreement shall commence October 1, 20,13 the "Effective Date") and, unless terminated earlier in accordance with this Agreement, expire September 30, 2 1 (the "Term"). 6, RELEASE F'FUNDS TO CONTRACTOR., 6.1. Procedure. Periodically, but not more frequently than: once per month, Contractor shall present to the individual or individuals designated by the City to oversee and administer the District (the � minis rautor" a report of the Improvements and Services provided by Contractor since i for the first report under this Agreement, the Effective Date and (ii) for all subsequent luent reports, 'the date of the previous report. All such reports must include documentation entation suf cient demonstrating to the Administrator that any sums paid or incurred by Contractor, have been paid or are due. Provided that all such necessary reports and supporting documentation have been provided to the Administrator,istrator, the City shall dray the Contractor for all lawful expenses rude or incurred by, Contractor within fifteen (15) business clays of receipt of all such reports an d supporting documentation., Notwithstanding in, anything to the contrary herein, the City shall riot be required to pay Contractor any amount that exceeds the thee-current balance of istrict revenues or that is not in accordance with the Service Flan and Budget for-the then-current fiscal year. Page 5 Management and Improvement Services Agreement with Downtown Fort Worth,Inc. PID 14 Trinity lug amp 6.2. Work Repor+.S. Contractor shall also submit a periodic work report, no less than quarterly, to the Administrator. This work report shall detail all of the Contractor's significant work activities in the District. The format of'the report shall be mutually agreed upon by the Contractor and the Administrator. Notwithstanding anything to, the contrary herein, payments to Contractor may be withheld if any such report is not received. The Administrator shall, have the right to verify that the report is complete and accurate. 6.3. Insuffi6ent District Funds. In the event that District revenues are not available or are insufficient for the City to make any payment to Contractor hereunder, the City will promptly notify Contractor. At Contractor's request, the City and the Contractor shall meet and attempt to negotiate an amendment to this Agreement so that the scope of Improvements and Services may be reduced, to correspond to the amount of District funds that are available or are anticipated to become available. If such an amendment cannot be successfully negotiated, Contractor shall have the right to pay the deficit on a non-reimbursabile basis),, in which case this Agreement shall continue in effect. If such an amendment cannot be successfully negotiated and Contractor does not elect to fund the deficit,., either party may terminate this Agreement upon thirty(30) days' advance written notice to the other party. 70, DISCRIMINATION PROHIBITED, Contractor, in the execution, performance, or attempted performance of this Agreement, will not discriminate against any person or persons because of sex, race, religion, color, national origin, sexual orientation or familial status, nor will the Contractor permit its officers, agents, employees or subcontractors to engage in such d�iscfimlnation. This Agreement is made and entered into with reference specifically to the ordinances codified at Chapter 17, Article 111, Division 3 (Employment Practices), of the Code of the City of Fort Worth, and Contractor hereby covenants and agrees that Contractor, its officers, agents, employees and subcontractors, have fully complied with all provisions of same and that no employee or applicant for employment has been discriminated against under the terms of such ordinances by either Contractor, its officers, agents, employees or subcontractors., 8. BUSINESS DIVERSITY ENTERPRISE ORDINANCE In accordance with City of Fort Worth Ordinance No. 20020-12-2011, effective June 1, 20121, the City has established goals for the participation of Minority Business Enterprises ("MBEs") and Small Business Enterprises ISBEsll) in City contracts. Contractor shall comply, and require that its subcontractors comply, with the to of this ordinance and any amendments, thereto. Failure by the Contractor to comply, or to require its subcontractors to comply, with Page 6 Management and Improvement Services Agreement with Downtown Fort Worth, Inc. PID 1 4(Trinity Bluff) such ordinance shall constitute a breach of this Agreement and be grounds for termination of this Agreement by the City. 9. CONTRACTOR LIABILITY. Contractor hereby assumes full liability for any damages to any public or private property due to the negligence of Contractor, its sub contractors, agents, permitees or assigns. 10. LIABILIT'Y OF CITY-, PERSONAL LIABILITY OF'PUBLIC OFFICIALS. No employee of the pity, nor any other agent of the City, shall be personally liable for any damages caused by Contractor, its officers, agents, se-rvants, employees, contractors and subcontractors, or any other liabilities of Contractor under this Agreement or otherwise related to this Agreement. It is further expressly agreed that the City shall not be liable or responsible for any damages caused by Contractor, its officers, agents, servants, employees, contractors and subcontractors or any other liabilities of Contractor under this Agreement or otherwise related to this Agreement, nor shall the City be liable or responsible to Contractor or any other person for or on account of any stoppage or delay in the work herein provided for by injunction or other legal or equitable proceedings, or from or by or on account of any delay for any cause over which the City has no control,. 11. INDEMNIFICATION. CONTRACTOR COVENANTS AND AGREES' TO, AND DOES HEREBY, INDEMNIFY AND HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL SUITS OR CLAIMS FOR DAMAGES OR INJURIES, INCLUDING DEATH, TO ANY AND ALL PERSONS OR' PROPERTY ,, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH ANY NEGLIGENT ACT OR NEGLIGENT OMISSION ON THE PART OF THE CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES OR, SUBCONTRACTORS, AND THE CONTRACTOR DOES HEREBY ASSUME ALL LIABILITY AND RESPONSIBILITY FOR INJURIES, CLAIMS OR SUITS FOR THE DA MA GES TO PERSONS OR PROPER TY, OF WHA ISOE VER KIND OR CHARA CTER, WHETHER REAL OR ASSERTED, OCCURRING DURING OR ARISING OUT OF THE PER FORMA NC E OF THIS CONTRA CT A S A RES UL T OF A NY NE GLIGENT A CT OR NEGLIGENT OMISSION ON THE PART OF THE CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES OR SUBCONTRACTORS. SUCH INDEMNIFICATION SHALL INCLUDE WORKERS" COMP ENS A TION CLAIMS OF OR B Y ANYONE WHOMSOE VER IN ANY WA Y R UL TING FAO OR ARISING"" OUT OF CONTRA CTORI(S WORK SERI VICES AND, OPERA TIONS IN CONNECTION HERE WITH, INCL UDIN G OPERA TIONS OF S VB CONTRA CTORI Page 7 Management and Improvement Services Agreement with Downtown Fort Worth,Inc. PID 14(Trinity Bluf� CONTRACTOR SHA L LIKEWISE INDEMNIFY AND HOLD HA R SS THE CITY FOR A NY AND ALL INJUR Y OR DA MA GE TO CITY PR OPER TY ARISING 0 UT OF OR IN CONNECTION WITH ANY AND ALL NEGLIGENT ACTS OR NEGLIGENT OMISSIONS OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES., CONTRACTORS, SUB CONTRACTORS LICENSEES OR INVITEES. Insurance coverage specified herein constitutes the minimum requirements and such requirements shall in no way lessen or limit the liability of Contractor under the terms of this 12. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Contractor shall perfo all work and services described herein as an independent contractor and not as an officer, agent,, servant or employee of the City that Contractor shall have exclusive control of the details of the services and work performed hereunder, and all persons performing the same; and shall be solely responsible for the negligent acts and negligent omissions of its officers, agents, employees, contractors and subcontractors; that the doctrine of respondeat superior shall not apply as between City and Contractor, its officers, agents, employees, contractors tors anal subcontractors, and that nothing herein shall be construed as creating a partnership or joint enterprise between City and Contractor. No person performing any of the work and services described hereunder shall be considered an officer, agent, servant or employee of the City. 13. INSURANCE. Contractor shall not commence work 'under this Agreement until it has obtained and received approval fro the City of all insurance coverage required hereunder. Contractor shall be responsible for delivering to the Administrator a certificate or certificates of insurance demonstrating that Contractor has obtained the coverage required ender this Agreement, that all insurance policies provided pursuant to this Agreement are endorsed to name the City as an additional insured, and that all such insurance policies cover not only Contractor, but also Contractor's contractors and subcontractors. The minimum insurance required of Contractor is as follows: W RKER R"S COMPENSATION INSURANCE-, contractor shall maintain throughout the Tenn of this agreement statutory Worker's Compensation Insurance on all of its employees to be engaged in undertaking any Improvements or Services hereunder. In case any class of employees engaged in hazardous work under this Agreement is not protected under, the state's Worker's Compensation statutes, contractor shall provide adequate employer's general liability insurance for the protection of such employees not so protected. Page 8 Management and Improvement Services Agreement with Downtown Fort Worth,Inc. PID 1,4(Trinity Bluff) u COMPREHENSIVE GENERAL LIABILITY INSURANCE- Contractor shall maintain throughout the Term of this Agreement a commercial general liability insurance Policy in are amount of not less than $1,0100,000 covering each occurrence with an aggregate limit. of not less than $2,0 , + . AUTOMOBILE S CE - BODILY fNJURY AND PROPERTY DAMAGE. Contractor shall maintain throughout the Terrn of this Agreement comprehensive automobile liability coverage in are amount not less than $1,000,000 `or each accident. This policy shall cover any automobile used in the Provision of Improvements and Services under this Agreement. The insurance company with whoa. Contractor's insurance is written shall be represented by an agent or agents having an office located within the Dallas-Fort Worth metropolitan area. Each such agent shall be duly qualified, upon whom service of process may be had, and must have authority and power to act are behalf of the insurance company to negotiate and settle with the City, or any other claimant, any claims that the City, or any gather claimant, or, any Property. owner who has been damaged may have against the Contractor or insurance ce company. The name of the agent or agents shall be set forth on all certificates of insurance. All policies must Provide that they may not be charged or canceled by the insurer in less -than five 5 days after the City had received written notice of such change or cancellation. Such insurance amounts may be revised upward at City's request, and Contractor shall revise such amounts within,thirty days after receipt of such request. 14. TAXES. Contractor shall pay all federal, state and local taxes that may be chargeable on any Improvements and Services Provided hereunder or otherwise in relation to Contractor's duties and obligations hereunder. 15. PERMITSO Contractor shall and shall cause any of its contractors and subcontractors to obtain and Pay for any necessary permits and licenses, whether issued by the state, county or City, before proceeding with any work hereunder that requires any such permits. 1 . CHARACTER OF WORK AND OPERATIONS. Contractor and Contractor's employees, contractors and subcontractors, shall be competent and careful workmen spilled in their respective trades. Contractor shall not employ any person who repeatedly engages in misconduct or is incompetent or negligent ent ire. the due and Proper performance of his duties or has been convicted of any crime of moral turpitude. The City shall. retain the right to require the Contractor to remove any employee who is guilty of misconduct Page ,Management and Improvement services Agreement with Downtown Fort Worth,Inc. PID 14(Trinity Bluff) toward the public or is in any way discourteous, to the public. This work is being performed for the public benefit and it is necessary that it be perfori-ned in an acceptable manner and at a satisfactory rate of progress. Contractor shall at all times maintain its equipment in a clean, serviceable condition. All equipment shall be properly licensed and inspected and clearly marked with the Contractor's name and telephone number. 17. ASSIGNM ENT' AND SUBCONTRACTING Contractor shall have the right to subcontract for the provision of any Improvements and Services, authorized hereunder so long as the subcontract is in writing. Contractor shall provide the Administrator with a final executed copy of all subcontracts. The existence of a subcontract shall not relieve Contractor of any responsibility or liability to the City under this Agreement. Otherwise,, Contractor may not assign, transfer or convey any of its duties and responsibilities under this Agreement to another party without the advance, written approval of the City and execution by such party of a written agreement with the City under which such party agrees to be bound by the duties and obligations of Contractor under this Agreement. 18,0, DEFAULT. All terms, conditions and provis,ions, of this Agreement shall be considered material, and Contractor's failure to perfon-n any part of this Agreement shall constitute an event of default hereunder. Should the Contractor fall to fully cure any default hereunder within fourteen (14) calendar days after receipt from the City of written notice of the default (or, provided that Contractor has diligently commenced and continuously, attempted cure within, such time, such additional time as may be reasonably necessary to fully cure the default), the City may, at its option and in addition to any other remedies, available to it under law or in equity, terminate this Agreement by providing written notice to Contractor. Notwithstanding the foregoing, City may terminate this Agreement for any reason upon thirty (30) calendar days" prior written notice to Contractor. In the event of any termination, any work in progress will continue to completion unless specified otherwise in the City's ten-nination notice. The City shall pay for any such work in progress that is completed by Contractor and accepted by the City. 19. COOPERATION WITH CITY. Contractor shall, at such time and in such form as City rnay require, furnish periodic infort-nation concerning, the status of the project and such other statements, certificates and approvals relative to the project as may be requested by the City. Contractor shall meet with the Administrator or other City officials, as may be requested to discuss any aspect of this Agreement. 20. BOOKS AND RECORDSo AUDITING RIGHTS. Page 10 Management and improvement Services Agreement with Downtown Fort Worth, Inc. PID 1 4(Trinity Bluff) Contractor shall maintain complete and accurate records with respect to all expenditures and costs incurred for all Improvements, and Services provided hereunder. All such records shall be maintained on a generally accepted accounting,basis and shall be clearly identified and readily accessible to the City. Contractor shall provide representatives of City or its appointees free access to such books and records,, at all proper times, in order that they may examine and audit the same and make copies thereof Contractor shall further allow the City and its representatives to make inspections of all work data, documents, proceedings and activities, related to this Agreement. Such night of access, and audit shall continue for a period of three (3) years from the date of final payment under this Agreement, The City shall also have the right to conduct a performance audit and evaluation of Contractor at such time as the City deems necessary. Contractor shall fully cooperate with any such performance audit. The City may employ consultants at the City's, expense to assist City in such performance audit. Contractor agrees to give the City and its consultants access to all reports, data, schedules and other relevant information which may be required to conduct such performance audit. 21. NOTICES. Any noti,ces,, bills, invoices, or reports required by this Agreement shall be conclusively determined to have been delivered three (3�)business days of deposit in the United States mail, in a sealed envelope with sufficient postage attached, to the addresses listed below or such other addresses as may fro�m time to time be provided to the other party.- 0 City-, Contractor. City of Fort Worth Downtown Fort Worth, Inc. Attn-, PID Administrator Attn: Andy Taft, President Housing & Economic Dev. Dept. 777 Taylor St., Suite 100 1000 Throckmorton Street Fort Worth, TX 76102 Fort Worthl Texas 76102-6311 22. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS. 1. This Agreement will be subject to all applicable federal, state and local laws, ordinances, rules and regulations, including, but not limited to, all provisions of the City's Charter and ordinances, as amended. 23. GOVERNMENTAL POWERS., It is understood that by execution of this Agreement, the City doles, not waive or surrender any of it governmental powers or immunities. Page I I Management and Improlvement Services Agreement with Downtown For Worth7 Inc. PIID 14(Trinity Bluff), 24', WAIVER. The failure of either party to insist upon the performance of any term or provision, of this Agreement or to exercise any right granted,hereunder shall not constitute a waiver of that party''s right to insist upon appropriate performance or to, assert any such right on any future occasion. VENUE,: N JURISDICTION. If any action whether real or asserted, at lam or in equity, arises on the basis of any provision of this Agreement, venue for such action shall He in state courts located In Tarrant County, Texas or the United States District. Court for the Northern District of Texas Fort Worth Division. This Agreement shall he construed in accordance with the laws of the State of Texas. 26. NO THIRD PARTY RIGHTS. The provisions and conditions of this Agreement are solely for the benefit of the City and Contractor and are not intended to create any rights, contractual or otherwise,, to any other person or entity. 27. INTERPRETATION. In the event of any dispute over the meaning or application of any provision of this Agreement, this Agreement shall be, interpreted fairly and reasonably, and neither more strongly for or against any party, regardless of the actual drafter of this Agreement. 28... CAPTIONS. Captions and headings used in th%s , ee -ient are for reference purposes only and shall. not he deemed a part of this Agreement. ENTIRETY F AGREEMENT. This Agreement, i cluding any exhibits attached hereto an and 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. Page 12 Management and provement Services Agreement with Downtown Fort Worth,Inc. PID 14 jrinity Bluff) 30. COUNTERPARTS., This Agreement may be executed in multiple counterparts, each of which shall be considered an original, but all of which shall constitute one instrument. EXECUTED as of the last date indicated below: CITY OF FORT WORTH. DOWNTOWN FORT WORTH, INC,, a Texas,nonprofit corporation.*, By-- By- Fernando Costa And Taft Assistant City Manager dent Date.- Date: ATTEST: ATTEST: 0 A Mary ser me: �001 , Q 8 City Seer ary % N le: C) APPROVED AS TO FORM AND L 04� A By: Maleshia Farmer Senior Assistant City Attorney M&C.. BH-306 9-10-13 Page 13 OFFIMAL,RFmCO ORD Management and Improvement Services Agreement CITY SEC witli Downto,wn For Worth,Inc. ORTHI TX f PID 14(Trinity Bluf EXHIBITS ".A"—Service Plan and Budget for the District "B"—Additional Services to be Provided by Contractor "C"—Maintenance and Landscaping Program Management and finprovement Services Agreement with Downtown Fort,Worth,,Inc. PID 14(Trinity Bluff) Exhibit A" City of Fort Worth PROPOSED 2013-14 BUDGET AND FIVE YEAR SERVICE PLAN Public knprovement District No.14 - Trinity Bluff FY13114 FY14/15 FY 15116 FY 16117 FY 17/18 REVENUES PI!D,Assessments 30,000 575,000 $ 63100o $ 64,250 $ 65,535 Prior Year's assessment 10,970 $ 73727 $ 24,944 $ 42,721 $ 281873, 'Total Revenues $ 4,019970 $ 64,727 $ 87,944 $ 110,6s971 $ 9 1408 EXPENSES Management Fee(Admin.) 1,800 $ 3,340 $ 37780 $ 3,855 $ 3,920 Water $ 1,000 $ 1,500 $ 1 P500 $ 1,1600 Utilities $ 370:0,0 $ 30000 $ 31DOO $ 3,0GO L ands capefree Maint. 12,1000 $ 113:1000 $ 15$000 $ 17 OOO $ 22,000 Trash Removal(all otMer plaint..) S 8,443 $ 8,443 $ 8,443 $ 38A43 $ 38,443 Marketing(Banners) $ 8,000 S 800:010 $1 10,000 $ 10,800 $ 12,000 Insurance $ 6010 $ 500 $ 750 $ 750 $ 750 Annual review(Audit) $ 5010 $ 500 $ 750 $ 750 $1 750 City Adrnlnistrative Fee $ 2,000 $ 2,000 $ 2,000 $ 2,,000 $ 21000 Budget Expenses $ 33,243 $ 39,783 $ 451223 $ 78,098 $ 8413,63 Estimat.Operating Res. $, 71727 $ 24,,944 $ 42,721 $ 28r873 $ 101M Total Expenses $ 40,970 $ 64J27 $ 87944 $ 106j9711 $ 940,408 Management and Improvement Services Agreement with Downtown Fort Worth,Inc. 1`111) 1 (Downtown) V7 Exhibit"B" Addi"flonal Services to be Provi"Ided by Contractor (a) Contractor shall designate one of its employees to be the primary PID manager'; (b) Participate in meetings of City of Fort Worth departments of Housing and Economic Development, Parks, Transportation and P blic Works, Internal Audit, and Budget to coordinate PID activities; (c) Providedthat the City has appointed an advisory body pursuant to Section 372.008(b) of the Texas Local Government Code, participate in all PID advisory body meetings and update advisory body members on budget, security patrols, landscaping, City coordination issues, and other matters. At the request of the Board president, arrange for guest presenters to attend meetings; (d) Establish means of communication for citizen input to report problems and make suggestions to the PID., Coordinate responses to citizen input with the PID advisory body or other entity selected by the City; (e) Maintain a full and accurate accounting of disbursements for reimbursement from PID revenues, providing the PID advisory body or other entity selected by the City with a monthly accounting statement, (f) Monitor recurring expenses and perform comparative analysis, to identify emerging trends and real or potential problems. Notify the PID advisory body or other entity selected by the City of trends and unusual or excessive expenses; (g) Maintain complete set of historical records of all PID activity to include PID charter, minutes of meetings, and agreements/contracts with other entities, grant applications, etc. from the beginning of PID to present; and (h) Work with all PID committees to coordinate and handle all details associated with public events that are sponsored by PID. The Contractor shall commence, carry on, and provide such improvements and/or services with all practicable dispatch, in. a sound, economical, and efficient martner, in accordance with this contract and its attach m,ents and all applicable laws. Management and Improvement Sel Vices Agreement with Downtown Fort Worth Inc. PID 1 (Downtown) Exhibift "C" Maintenance and Landscapinp,Program 1. Once a week, Sundays, two hours of hand sweeping and debris pick up in District# 14. 2. During the approximately seven months growing season, one day a week—generally on Sundays-- three to four hours of landscaping and mowing work in the public right-of-way consisting of a. Mowing all grass areas in the public right of way including, edging and removing of cuttings, b. Grubbing out all tree wells in the public right of way, removing all foreign objects from the tree wells, and trimming ground cover when appropriate, c. Trim-ming trees and bushes in the public right of way once or twice a year as appropriate. d. The landscaping portion of this work shall include repairs,to the sprinkler heads and laterals in the planter boxes. No repairs to any irrigation lines that break under sidewalks or streets will be the responsibility of District 4 14. e. The payment of utilities for the water and electricity utilized in the public right of way for the irrigation system shall not be the responsibility of District# 14. f This maintenance and landscaping work will not include replacing,any ground cover that has died. Management and improvement Services Agreement with Downtown Fort Worth,Inc. PID 14(Trinity Bluff)