HomeMy WebLinkAboutContract 28475STATE OF TEXAS §
COUNTY OF TARRANT §
CITY �ECRETARY
CONTRACI� NO.
THIS AGREEMENT is inade and entered into this ��� day of
����� , 2003, by and between the City of Fort Worth, a home rule municipal cor-
paration situated in Tarrant and Denton Counties, Texas (hereinafter referred to as "Cit�') acting
by and through its duly authorized Assistant City Manager and Downtown Fort Worth, Inc.
(hereinafter refened to as "DFWI")
WITNESSETH
That for and in consideration of the inutual covenants and agreements herein contained
the parties hereto do hereUy covenant and agree as follows:
SECTION 1.
SERVICES
Section 1.1 City hereby contracts with DFWI, as an independent contractor, and DFWI hereby
agrees to perfonn the services herein described with diligence and in accordance with the highest
professional standards custoinarily obtained for such services in the State of Texas. The profes-
sional services set out herein are in comlection with the following described project:
"Wayfinding Program for powntown, the Cultural District, and the
Historic Stocicyards" (hereinafter referred to as "Project"). Bounda-
ries of Downtown portion of Project are shown in Exhibit A.
Section 1,2 The services to Ue performed by DFWI, shall include the scope of services listed
in Exhibit B lttached hereto, incorporated herein and made a part hereof for all intents and pur-
poses as it relates to the Proj ect.
Page 1 of 11
��..-..��r�-�- � . _ _.,.. . ..�,.-� _
�� U��r Ai��ad ° C'�� ° � ��
��t_-_ � ���`�����+�� �
��, I�'�1(�>>I���i��� ����,
SECTION 2.
PROGRAM
Section 2.1 The Project is part of an overall economic revitalization and marketing program to
assist Downtown, the Cultural District, and the Historic Stocicyards visitors in finding destina-
tions and parking, thereby reducing congestion and air pollution, and to promote tourism for the
City. Specifically, the Project will promote economic activity in the three districts, promote effi-
cient transportation, and create a clean, attractive city by installing appealing signage and possi-
bly reducing or combining some existing signs.
The Project has three components:
1) Design and implement a signage system to direct vehicular and pedestrian traffic
within the three visitor districts. This signage system will provide information about
attractions, parking facilities, bus routes, and rail stations;
2) Develop and maintain an interactive website with information about parking, transit,
and points of interest in Downtown, the Cultural District, and the Historic Stockyards;
and
3) Conduct a coordinated marlceting campaign.
SECTION 3.
PHASES AND SCHEDULES
Section 3.1 The work for the Project shall be completed according to the schedule in Exhibit
B.
SECTION 4.
FUNDING
Section 4.1 The City was awarded a Congestion Mitigation Air Quality (CMAQ) grant from
the Federal Highway Administration in the amount of $336,300.00 for the Project, which re-
quires a local match of $223,700.00. DFWI's monetary contribution shall include cash and in-
lcind services in the amounts listed in Exhibit C. All cash contributions by DFWI, as listed in
Exhibit C, shall be paid to the City by no later than November 1, 2003.
Page 2 of 11
Section 4.2 It is understood that this Agreement contemplates the full and complete services
for this project including any and all changes necessary to complete the work as outlined in the
scope of services. Nothing contained herein shall be construed as authorizing any additional fees
for services necessary for the successful completion of this project. DFWI acknowledges by the
execution of this Agreement that such contingencies as may be deemed necessary and proper
have been included in the basic fee.
SECTION 5.
COORDINATION WITH THE CITY
Section 5.1 City shall be the primary contact and coordinator for the Project. City shall malce
available to DFWI for use in performing services hereunder all data in City's possession relative
to the Proj ect.
SECTION 6.
PROGRESS REPORT
Section 6.1 DFWI shall submit monthly progress reports to Vida Hariri, Project Manager,
City of Fort Worth Planning Department.
SECTION 7.
TRANSFER OF AGREEMENT
Section 7.1 DFWI shall not assign, sublet or transfer, in whole or in part, its interest in this
agreement without the prior written consent of City.
SECTION 8.
TERMINATION OF AGREEMENT
Section 8.1. All terms, conditions and specifications of the contract shall be considered mate-
rial, and failure to perform any part of the Agreement shall be considered a breach of contract.
Should the DFWI fail to remedy any breach of contract within 14 days after written notification
to the DFWI the violation, City may, at its option and in addition to any other remedies available
to it under law, terminate the Agreement. The Agreement shall not be terminated, however, if
Page 3 of 11
the DFWI has commenced to cure the breach within said 14-day period, and thereafter pursues
such cure with reasonable diligence and in good faith.
Upon receipt of such notice of termination and after said 14-day cure period, DFWI shall
immediately discontinue all services and work and the placing of all orders or the entering into
Agreements for supplies, assistance, facilities, and materials, in connection with the performance
of this Agreement and shall proceed to cancel promptly all existing agreements insofar as they
are chargeable to this Agreement.
Section 8.2. All completed or partially completed reports prepared under this Agreement, in-
cluding the original drawings, shall become the property of City when the Agreement is termi-
nated, and may be used by City in any manner it desires, provided however, that DFWI, shall not
be liable for the use of such drawings for any project other than the project described in this
Agreement.
SECTION 9.
INDEPENDENT CONTRACTOR
Section 9.1 DFWI covenants and agrees that it will perform the work hereunder as an inde-
pendent contractor, and not as an officer, agent, servant, or employee of City. DFWI shall have
exclusive control of and the exclusive right to control the details of the work performed here-
under, and all persons performing same, and shall be solely responsible for the acts and omis-
sions of its officers, agents, employees, contractors, subcontractors, and consultants; that the doc-
trine of respondent superior shall not apply as between City and DFWI, its officers, agents, em-
ployees, contractors, subcontractors, and consultants, and nothing herein shall be construed as
creating a partnership or joint enterprise between City and DFWI.
SECTION 10.
INDEMNITY AND INSURANCE
Section 10.1 Approval by City of this Agreement shall not constitute or be deemed to be a re-
lease of the responsibility and liability of DFWI, its officers, agents, employees, and subcontrac-
tors for the accuracy and competency of the services performed under this Agreement, including
but not limited to surveys, designs, worlcing drawings and specifications and other engineering
Page 4 of 11
documents. Such approval shall not be deemed to be an assumption of such responsibility and
liability by City for any negligent act, error or omission in the performance of DFWI's profes-
sional services or in the conduct of the duties listed in the scope of services listed in Exhibit B.
SECTION 10.2 DFW, INC.� SHALL INDEMNIFY AND HOLD CITY AND ALL OF ITS
OFFICERS� AGENTS� SERVANTS� AND EMPLOYEES HARMLESS FROM ANY LOSS� DAMAGE
LIABILITY OR EXPENSES, ON ACCOUNT OF DAMAGE TO PROPERTY AND INJURIES� INCLUDING
DEATH� TO ALL PERSONS� INCLUDING BUT NOT LIMITED TO OFFICERS� AGENTS� OR EMPLOYEES
oF DFWI, OR SUBCONTRACTORS� AND ALL PERSONS PERFORMING ANY PART OF THE WORK
AND IMPROVEMENTS WHICH MAY ARISE OUT OF ANY NEGLIGENT ACT� ERROR OR OMISSION IN
THE PERFORMANCE OF DFWI'S PROFESSIONAL SERVICES OR IN THE CONDUCT OF THE SCOPE
OF SERVICES LISTED IN EXHIBIT B. DFWI SHALL DEFEND AT ITS OWN EXPENSE ANY SUITS OR
OTHER PROCEEDINGS BROUGHT AGAINST CITY AND ITS OFFICERS� AGENTS, SERVANTS, AND
EMPLOYEES� OR ANY OF THEM ON ACCOUNT THEREOF� AND SHALL PAY ALL EXPENSES AND
SATISFY ALL JUDGMENTS WHICH MAY BE INCURRED BY OR RENDERED AGAINST THEM OR ANY
OF THEM IN CONNECTION THEREWITH� PROVIDED AND EXCEPT� HOWEVER� THAT THIS
INDEMNIFICATION PROVISION SHALL NOT BE CONSTRUED AS REQUIRING DFWI TO INDEMNIFY
OR HOLD CITY� OR ANY OF IT�S OFFICERS� AGENTS� SERVANTS� OR EMPLOYEES HARMLESS FOR
ANY LOSS, DAMAGES, LIABILITY OR EXPENSE, DUE TO THE SOLE NEGLIGENCE OR MISCONDUCT
oF CITY.
Section 10.3 DFWI agrees that all consultants hired by DFWI to perform any work under this
Agreement shall obtain Professional Liability Insurance in the minimum amount of $1,000,000
and shall include coverage of Contractually Assumed Liability. All insurance coverage shall be
maintained until completion of the work by the consultant and shall not be canceled without prior
written notice to City. A Certificate of Insurance shall be furnished to City prior to the consult-
ant beginning work and contain the provision that such insurance shall not be canceled or modi-
fied without thirty (30) days prior written notice to City. DFWI shall notify City within ten (10)
days of any modification or alteration to such Professional Liability Insurance.
Page 5 of 11
SECTION 11
RIGHT TO AUDIT
Section 11.1 DFWI agrees that City shall, until the expiration of three (3) years after final pay-
ment under this Agreement, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers and records of DFWI involving transactions relating to this
Agreement. DFWI agrees that City shall have access during normal working hours to all neces-
sary DFWI facilities and shall be provided adequate and appropriate workspace in order to con-
duct audits in compliance with the provisions of this section.
Section 11.2 DFWI further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontracting consultant agrees that City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine any di-
rectly pertinent books, documents, papers and records of such subcontractor, involving appropri-
ate work space, in order to conduct audits in compliance with the provisions of this section to-
gether with subsection hereof. City shall give the subcontractor reasonable advance notice of
intended audits.
SECTION 12.
SUCCESSORS AND ASSIGNS
Section 12.1 City and DFWI each bind themselves, their successors and assigns, to the other
party to this Agreement and to the successors and assigns of each other party in respect to
all covenants of this Agreement.
SECTION 13.
VENUE-LAW
Section 13.1 Venue of any suit or cause of action under this Agreement shall lie exclusively in
Tarrant County, Texas. This Agreement shall be construed in accordance with the laws of the
State of Texas
Page 6 of 11
IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be
signed in quintuplet in its name and on its behalf, by i�s Assistant City Manager and attested by
its City Secretary and Downtown Fort Worth, Inc. also has properly executed this instrument in
quintuplet copies each of which is deemed an original.
EXECUTED in the City of Fort Worth, this p�� day of 1' `�/� , 2003.
CITY OF FORT WORTH
By�� - � -
C d � � 1
Assistant City Manager (��
APPROVED AS TO FORM AND LEGALITY
David ett, City Attorney
B � r � ra�.� r .c.,
�
Assistant Cit�ttorney
DOWNTOWN FORT WORTH, INC.
: ��
. .
Kenneth Devero, President
Downtown Fort Worth, Inc.
Page 7 of 11
ATTEST:
i� �r� �
By: � °"� 1 � �� �� ��;� ����..
��-�� + ,r-_ _
Gloria Pe�rson
City Secretary
APPROVAL RECOMMENDED:
BY� � '�.�—,1� (�L_
Fernando Costa, Director
Department of Planning
��_ ���,��, 'j
f:ontract Authorization
,� _ _ _ I_I_ � �.�'_ _.. _.__
[����
uG�'I��l1�7c''�ii (�'?Ir��r�(�1i� ��_- d
� � �. ,f �., � �i -��-„�,.,�,�
.�
�;���� c�[?,C,1,(��;�i�„�ii;,�
Cr�4�,1;�'�� ���;;��;j;;� ����j;;�>�
EXHIBIT A
DOWNTOWN FORT WORTH, INC.
WAYFINDING PROGRAM FOR DOWNTOWN, THE CULTURAL DISTRICT, AND
THE HISTORIC STOCKYARDS
BOUNDARY MAP, DOWNTOWN PORTION
��
(/
�, ��
��-;
�-
f
��
1� II��
�
� �
im�� !
(--��==�-T':� �
r.�:¢t11]Tl [I]l�
/_..� �i��[�7 �I
Page8of11
EXHIBIT B
DOWNTOWN FORT WORTH, INC.
WAYFINDING PROGRAM FOR DOWNTOWN, THE CULTURAL DISTRICT, AND
THE HISTORIC STOCKYARDS
SCOPE OF SERVICES
Downtown Fort Worth, Inc. will commit to the following tasks for the Wayfinding Program:
Management of Downtown portion of Wayfinding Program
• Schedule and coordinate meetings of Downtown Transportation Management Organiza-
tion (TMO, the entity that will oversee the Downtown portion of the program). Meetings
will be held at least monthly during the duration of the project, which is anticipated for
one year.
• Coordinate all activities with the City's Planning Department.
• Assist in coordination of ineetings with Historic Stockyards and Cultural District, antici-
pated to be quarterly during the duration of the program.
• Submit monthly records of in-kind services to Vida Hariri, City's Project Manager.
Analysis of Downtown signage and parking facilities/spaces
• Inventory existing signage and public and private parking facilities/spaces and locate on a
map for the downtown portion.
• Provide a recommended list of cultural, historic, sports, entertainment, and
recreational attractions targeted for inclusion in the Project and locate them on a map.
• Develop a manual, which includes photos of all existing signs, parking facilities/spaces,
and existing attraction spots documenting features, location, orientation, and other neces-
sary information for analysis.
• Analyze strengths and weaknesses of Downtown vehicular and pedestrian-oriented sign-
age.
• Compile recommendations and suggestions of Downtown TMO for powntown signage
by May 2003.
Creation of marketing materials
• Start three-year marketing campaign by December 2003.
• Analyze existing materials and needs.
• Coordinate design with Historic Stockyards and Cultural District.
• Complete design and coordinate printing of materials.
• Print at least 20,000 marketing brochures and distribute them to Convention and Visitors
Bureau, Downtown hotels, and cultural, historic, sports, entertainment, and recreational
attractions targeted for inclusion in the Project.
Assistance with creating interactive web page and developing final report
• Provide parking data and contact information for powntown parking facilities to web de-
signer.
Page 9 of 11
• Provide information on Downtown attractions, public transportation, and other data as
needed to web designer.
• Provide photos or other graphics as needed to web designer.
• Provide assistance as needed for web page.
• Provide assistance to Project Manager as needed to complete final report.
Securing signage and website design approval from the following committees/boards by
December 2003:
• Downtown Transportation Management Organization
• Downtown Fort Worth, Inc. Board
In addition to project management, City will commit to the following tasks for the Wayfinding
Program:
• Make available, at no cost to DFWI, all relevant andlor technical data in the City's possession
relating to the DFWI's services on the Project.
• Provide prompt notice to DFWI whenever City observes or becomes aware of any develop-
ment that affects the scope or timing of the DFWI's services or of any defect in the work of
DFWI.
• Assist consultant in signage design.
• Produce signage design manual.
• City installs new signs.
SCHEDULE
Date
February 2003
February 2003
March 2003
March 2003
May 2003
October 2003
December 2003
December 2003
December 2003
June 2004
Activitv
City signs contracts with TxDOT and project partners.
City issues RFPs for website and signage design.
Federal Highway Administration obligates project funds.
City hires consultants for website and signage design.
Downtown Fort Worth, Inc., Cultural District Committee, and
Stockyards Station complete inventories of existing signs and park-
ing facilities.
Planning Department and consultants complete signage
and website design.
Planning Department produces signage design manual.
Downtown Design Review Board and City Council approve
signage design manual.
Downtown Fort Worth, Inc., Cultural District Committee, and
Stockyards Station start three-year marlceting campaign.
Transportation and Public Works Department completes installa-
tion of new signs.
Page 10 of 11
f
F
EXHIBIT C
DOWNTOWN FORT WORTH,INC.
WAYFINDING PROGRAM FOR DOWNTOWN, THE CULTURAL DISTRICT, AND
THE HISTORIC STOCKYARDS
DFWI FUNDING CONTRIBUTION
The Project's Funding Sources
Federal Highway Adnunistration
Downtown Fort Worth, Inc.
Cultural District Committee
Stockyards Station
Total Funds
Cash
$336,300
62,648
15,416
15,416
$429,780
In-Kind
$ 0
93,972
23,124
23,124
$140,220
Total
$336,300
156,620
38,540
38,540
$570,000
The Project's Funding Allocation
TxDOT admuustration fee
Website design consultant fee,
including maintenance for three years
Signage design consultant fee
Sign production and installation
Marketing campaign production cost
Computer equipment for website
Signage and parking inventories,
marketing campaign
Total Funds
Cash
$ 2,500
41,525
15,000
324,255
25,000
21,500
0
$429,780
In-Kind
$ 0
0
0
0
0
0
140,220
$140,220
Total
$ 2,500
41,525
15,000
324,255
25,000
21,500
140,220
$570,000
Page 11 of 11
City of Fo�t Worth, Texas
n✓I,�Ayar And Caunc�l Cammun�cAt�an
DATE REFERENCE NUMBER LOG NAME PAGE
11/26/02 **C-19365 I 22WAYFIND 1 of 2
SUBJECT ADOPTION OF APPROPRIATION ORDINANCE AND AUTHORIZATION TO ACCEPT
A FEDERAL REIMBURSEMENT GRANT TO EXECUTE A LOCAL PROJECT
ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF
TRANSPORTATION; AND EXECUTE THREE SEPARATE CONTRACTS WITH
DOWNTOWN FORT WORTH, INC., CULTURAL DISTRICT COMMITTEE, AND
STOCKYARDS STATION FOR DEVELOPMENT OF A SIGNAGE AND INFORMATION
SYSTEM
I��i ►�7�1►�il�l►nt��[!LB
It is recommended that the City Council:
Authorize the City Manager to accept a Congestion Mitigation and Air Quality (CMAQ) grant from
the Federal Highway Administration in the amount of $336,300 for a coordinated wayfinding
program; and
2. Authorize the City Manager to execute a Local Project Advance Funding Agreement (LPAFA) with
the Texas Department of Transportation (TxDOT) in the amount of $336,300 for a signage and
information system that would direct visitors to destinations in Downtown Fort Worth, the Cultural
District, and the Historic Stockyards; and
3. Authorize the City Manager to execute contracts with Downtown Fort Worth, Inc., the Cultural
District Committee, and Stockyards Station for the local match of $233,700 ($93,480 cash and
$140,220 in-kind); and
4. Authorize payment in the amount of $2,500 from said local match to TxDOT to cover the cost for the
state's review of plans and specifications in accordance with the LPAFA; and
5. Adopt the attached appropriation ordinance increasing the estimated receipts and appropriations in
the Grants Fund by $570,000 upon receipt of the grant.
DISCUSSION:
The Transportation Equity Act for the 21St Century (TEA-21) established a Congestion Mitigation and
Air Quality (CMAQ) improvement program to contribute toward attainment of natural ambient air quality
standards by reducing traffic congestion.
The North Central Texas Council of Government's Regional Transportation Council awarded CMAQ
funds to the City in the amount of $336,300 for a wayfinding program in 1999. A local match of
$233,700 is required, for a total project cost of $570,000.
The program has three components:
Design and implement a signage system to direct vehicular and pedestrian traffic within the
three visitor districts. This signage system will provide information about attractions, parking
facilities, bus routes, and rail stations; and
City of Fo�t Worth, Texas
�✓1�' Ayar And Caunc�l Cammun�cAt�an
DATE REFERENCE NUMBER LOG NAME PAGE
11/26/02 **C-19365 22WAYFIND 2 of 2
SUBJECT ADOPTION OF APPROPRIATION ORDINANCE AND AUTHORIZATION TO ACCEPT
A FEDERAL REIMBURSEMENT GRANT TO EXECUTE A LOCAL PROJECT
ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF
TRANSPORTATION; AND EXECUTE THREE SEPARATE CONTRACTS WITH
DOWNTOWN FORT WORTH, INC., CULTURAL DISTRICT COMMITTEE, AND
STOCKYARDS STATION FOR DEVELOPMENT OF A SIGNAGE AND INFORMATION
SYSTEM
� Develop and maintain an interactive website with information about parking, transit, and points
of interest in Downtown Fort Worth, the Cultural District, and the Historic Stockyards; and
• Conduct a coordinated marketing campaign.
The project will be funded as follows:
Cash In-Kind Total
Federal Highway Administration reimbursement grant $336,300 $ 0 $336,300
Downtown Fort Worth, Inc. $ 62,648 $ 93,972 $156,620
Cultural District Committee $ 15,416 $ 23,124 $ 38,540
Stockyards Station $ 15,416 $ 23,124 $ 38,540
Total Funds $ 429,780 $140,220 $570,000
The City of Fort Worth is the primary contact and coordinator for the project. The City Council's Capital
Improvement and Infrastructure Committee reviewed and endorsed this project on November 12, 2002.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that upon receipt of the grant and adoption of the attached appropriation
ordinance, funds will be available in the current budget, as appropriated, in the Grants Fund.
CB:k
Submitted for City Manager's
Office by:
Charles Boswell
Originating Department Head
Fernando Costa
Additional Information Contact:
Vida Hariri 8045
6183
8042
I FUND
� (to)
� 1) GR76
I3) GR76
2) GR76
� 1&3) GR76
� 1&3) GR76
� 1 &3) GR76
1&3) GR76
(from)
I ACCOUNT I
451942
488339
488925
5 (various)
533280
533280
533280
CITY SECRETARY
CENTER
AMOUNT
022302825000
022302825000
022302825000
022302825010
022302825020
022302825030
022302825040
$336,300.00
$140,220.00
$ 93,480.00
$429,780.00
$ 93,972.00
$ 23,124.00
$ 23,124.00
APPROVED 11/26/02
ORD.# 15350