Loading...
HomeMy WebLinkAboutContract 42408 CITY SECRETARY CONTRACT NO. QL ENCROACHMENT AGREEMENT STATE OF TEXAS § COUNTY OF TARRANT § THIS AGREEMENT is made and entered into by and between the City of Fort Worth, a municipal corporation of Tarrant County, Texas, acting herein by and through its duly authorized Planning and Development Department Director, hereinafter referred to as the "City", and CARLYLE/CYPRESS WEST 7TH,LP acting herein by and through its duly authorized hereinafter referred to as "Grantee", Owner of the property located at 2736 W 7th Street ("Property"). WITNESSETH: 1. For and in consideration of the payment by Grantee of the fee set out below and the true and faithful performance of the mutual covenants herein contained, City hereby grants to Grantee permission to construct/ install and/or allow to remain, Improvement(s) ("Improvement") that encroaches upon, uses and/or occupies portions of the space under, on and/or above the streets, alleys, EOFFICIALCORDTARY, TX 1 10-05-11 PO?_ : 1r I � sidewalks and other public rights-of-way, such Improvement(s) are described as follows- NEW ENCROACHMENTS: Canopies, tension rods, door swings, end curbs and exterior dining area including pavers (flush with existing grade) and guard rail. The location and description of said Improvement and the encroachment is more particularly described in Exhibit "A", attached hereto, incorporated herein and made a part hereof for all purposes. 2. All construction, maintenance and operation in connection with such Improvement, use and occupancy shall be performed in strict compliance with this Agreement and the Charter, Ordinances and Codes of the City and in accordance with the directions of the Director of Transportation and Public Works of City, or his duly authorized representative. All plans and specifications thereof shall be subject to the prior written approval of the Director of Transportation and Public Works, or his duly authorized representative, but such approval shall not relieve Grantee of responsibility and liability for concept, design and computation in preparation of such plans and specifications. 2 3. Upon completion of construction and installation of said Improvement and thereafter, there shall be no encroachments in, under, on or above the surface area of the streets, alleys, sidewalks and other public rights-of-way involved, except as described herein and shown on the hereinabove referred to Exhibit "A". 4. Grantee, at no expense to the City, shall make proper provisions for the relocation and installation of any existing or future utilities affected by such encroachment use and occupancy, including the securing of approval and consent from the utility companies and the appropriate agencies of the State and its political subdivisions. In the event that any installation, reinstallation, relocation or repair of any existing or future utility or improvements owned by, constructed by or on behalf of the public or at public expense is made more costly by virtue of the construction, maintenance or existence of such encroachment and use, Grantee shall pay to City an additional amount equal to such additional cost as determined by the Director of Transportation and Public Works of the City, or his duly authorized representative. 5. City may enter and utilize the referenced areas at any time for the purpose of installing or maintaining improvements necessary for the health, safety and welfare of the public or for any other public purpose. In this regard, Grantee understands and agrees that City shall bear no responsibility or liability for damage or disruption of improvements installed by Grantee or its successors, but City will make reasonable efforts to minimize such damage. 6. In order to defray all costs of inspection and supervision which City has incurred or will incur as a result of the construction, maintenance, inspection or management of the encroachments and uses provided for by this Agreement, Grantee agrees to pay to City at the time this Agreement is executed a fee in the sum of two hundred seventy-five Dollars ($ 275.00 ). 7. The term of this Agreement shall be for thirty years, commencing on the date this Agreement is executed by the City of Fort Worth. 8. Upon termination of this Agreement, Grantee shall, at the option of City and at no expense to City, restore the public right-of-way and remove the Improvement encroaching into the public right-of-way, to a condition acceptable to the Director of Transportation and Public Works, or his duly authorized representative, and in accordance with then existing City specifications. It is understood and agreed to by Grantee that if this Agreement terminates and Grantee fails to remove the Improvement, Owner hereby gives City permission to remove the Improvement and any supporting structures and assess a lien on the Property for the costs expended by the City to remove such Improvement. 4 9. It is further understood and agreed upon between the parties hereto that the public rights-of-way, alleys, sidewalks ("public right-of-way") to be used and encroached upon as described herein, are held by City as trustee for the public; that City exercises such powers over the public right-of way as have been delegated to it by the Constitution of the State of Texas or by the Legislature; and that City cannot contract away its duty and its legislative power to control the public right-of-way for the use and benefit of the public. It is accordingly agreed that if the governing body of City may at any time during the term hereof determine in its sole discretion to use or cause or permit the right of way to be used for any other public purpose, including but not being limited to underground, surface of overhead communication, drainage, sanitary sewerage, transmission of natural or electricity, or any other public purpose, whether presently contemplated or not, that this Agreement shall automatically terminate. 10. Grantee understands and agrees that the granting of any encroachment hereunder is not meant to convey to Grantee any right to use or occupy property in which a third party may have an interest, and Grantee agrees that it will obtain all necessary permission before occupying such property. 5 11. Grantee agrees to comply fully with all applicable federal, state and local laws, statutes, ordinances, codes or regulations in connection with the construction, operation and maintenance of said Improvement, encroachment and uses. 12. Grantee agrees to pay promptly when due all fees, taxes or rentals provided for by this Agreement or by any federal, state or local statute, law or regulation. 13. Grantee covenants and agrees that it shall operate hereunder as an independent contractor as to all rights and privileges granted hereunder and not as an officer, agent, servant or employee of City and Grantee shall have exclusive control of and the exclusive right to control the details of its operations, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between City and Grantee, its officers, agents, servants, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between City and Grantee. 14. GRANTEE COVENANTS AND AGREES TO INDEMNIFY, AND DOES HEREBY INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS 6 OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR SUITS FOR PROPERTY DAMAGE OR LOSS AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THE CONSTRUCTION, MAINTENANCE, OCCUPANCY, USE, EXISTENCE OR LOCATION OF SAID IMPROVEMENT AND ENCROACHMENT AND USES GRANTED HEREUNDER, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY ALLEGED NEGLIGENCE OF OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES OR INVITEES OF THE CITY; AND GRANTEE HEREBY ASSUMES ALL LIABILITY AND RESPONSIBILITY FOR SUCH CLAIMS OR SUITS. GRANTEE SHALL LIKEWISE ASSUME ALL LIABILITY AND RESPONSIBILITY AND SHALL INDEMNIFY CITY FOR ANY AND ALL INJURY OR DAMAGE TO CITY PROPERTY ARISING OUT OF OR IN CONNECTION WITH ANY AND ALL ACTS OR OMISSIONS OF GRANTEE, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES, INVITEES, OR TRESPASSERS. 15. While this Agreement is in effect, Grantee agrees to furnish City with a Certificate of Insurance, naming City as certificate holder, as proof that it has secured and paid for a policy of public liability insurance covering all public risks related to the proposed use and occupancy of public property as located and described in Exhibit "A". The amounts of such insurance shall be not less than the following: $1,000,000 Commercial General Liability with the understanding of and agreement by Grantee that such insurance amounts shall be revised upward at City's option and that Grantee shall so revise such amounts immediately following notice to Grantee of such requirement. Such insurance policy shall provide that it cannot be canceled or amended without at least ten (10) days prior written notice to the Building Official of the City of Fort Worth. A copy of such Certificate of Insurance is attached as attached as Exhibit "B". Grantee agrees to submit a similar Certificate of Insurance annually to City on the anniversary date of the execution of this Agreement. Grantee agrees, binds and obligates itself, its successors and assigns, to maintain and keep in force such public liability insurance at all times during the term of this Agreement and until the removal of all encroachments and the cleaning and restoration of the city streets. All insurance coverage required herein shall include coverage of all Grantee's contractors. 16. Grantee agrees to deposit with the City when this Agreement is executed a sufficient sum of money to be used to pay necessary fees to record this Consent Agreement in its entirety in the deed records of Tarrant County, Texas. After being recorded, the original shall be returned to the City Secretary of the City of Fort Worth, Texas 17. 8 In any action brought by the City for the enforcement of the obligations of Grantee, City shall be entitled to recover interest and reasonable attorney's fees. 18. Grantee covenants and agrees that it will not assign all or any of its rights, privileges or duties under this contract without the prior written approval of the City Manager or designee. Any attempted assignment without prior written approval will be void. 19. THE PARTIES AGREE THAT THE DUTIES AND OBLIGATION CONTAINED IN PARAGRAPH 8 SHALL SURVIVE THE TERMINATION OF THIS AGREEMENT. 20. This Agreement shall be binding upon the parties hereto, their successors and assigns. 9 EXECUTED this day of DCtv 20301. City Grantee CARLYLE/CYPRESS WEST 7TH,LP, a Delaware limited partnership City of Fort Worth By: Carlyle/Cypress West 7'GP,LLC, a Delaware limited liability company By: Carlyle/Cypress Retail I,LP, a Delaware limited partnership By: Cypress Equities,Llk, texas limited liabilit ompany, s general partner t By.2 By. lrt� Ran le Harwo Name:_ C . Director Title: Planning and Development ATTEST: Approved As To Form And Legality _ W 4�- �tl 4 City Secr ary Assistant City Attorney 00000000 '-0 +a P4 0, NO M&CL L'D �� 00 � x� UIR Q o o* 'd 0000 00 j 0000 4y OFFICIAL RECORp CITY SECRETARY FT.WoRTIi,Tx 10 STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Randle Harwood, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, as the act and deed of the City of Fort Worth, and in the capacity therein stated. GIRE UNDER MY HAND AND SEAL OF OFFICE this day of 20 IRMA SAENZ P.bilc,State of Texas Ccrnmiss�on20p2es `Yt .4Ei January '28, Notary Public in and for the State of Texas OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public �in7and for the State of Texas, on this day personally appeared �11 N `t'"�F—D known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, as the act and deed of and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 12 day of 20J 1 tet""' N tary Public in and for the REMETTA LEE GILL My Commission Ezpkes State of Texas OctoW 11,2015 saT 40NF OFFICIAL RECORD CITY SECRETARY 12 FT.WORTH,TX i 1 A02 L- - w ' w I w . . I ! RESTAURANT OFFICE I A09 I I 771 • W 7TH STREET 1 1 1 A03 1 1 A04 1 A05 A08 A07 A06 &ENCROACHMENT PLAN REFERENCE gideontoal EXHIBIT A A01 PROPERTY LINE CONCRETE PAVERS FLUSH WITH GRADE 3'-8" 7'-7 7/8°. bo Lo N CONCRETE PAVERS FLUSH WITH GRADE \-5-4"CONCRETE CURB EXISTING TRAFFIC SIGNAL PROPERTY LINE g 8" EXISTING FIRE HYDRANT �. �_ �— DOOR SWING 1 PLAN 1/8" QDgideontoal EXHIBIT A A02 DOOR SWING co 10'-0 5/8" 10'-3" ih CANOPY EXISTING FIRE HYDRANT PROPERTY LINE EXISTING TRAFFIC SIGNAL 1 PLAN 1/8 = 1 '-0" gideontoal EXHIBIT A A03 10'-3" 10'-3" 10'-3" 10'-3" ih i+) ih CANOPY CANOPY CANOPY CANOPY 1 PLAN 1/811 = 1 '-0„ gideontoal EXHIBIT A AO4 DOOR SWING 11'-0 5/8" — 4"CONCRETE CRUB ao s� M N � O M O d' PROPERTY LINE 5'-9" 3'-10" 4'-9" CANOPY 1 PLAN 118" gldeontoal EXHIBIT A A05 i I I I I r- I 3'-1" 1'-0" I I ao TIE ROD I CANOPY PROPERTY LINE — I EXISITNG SIDEWALK SIDE WALK CONCRETE CURB 7 - i SECTION 1 a 3/8 =l �� _ 1 �_�,. 8" I 2'- 10° cgideontoal EXHIBIT A A06 I I I 3'-1" 1'-0" I bo TIE ROD I CANOPY PROPERTY LINE — v SIDE WALK - SECTION gideontoal EXHIBIT A A07 I C PROPERTY LINE EXISITNG SIDEWALK SIDEWALK - - CONCRETE CURB SECTION 1 gideon EXHIBIT A A08 t I I I I I I I CANOPY I PROPERTY LINE — I PATIO PAVERS I SIDEWALK I 3'-8" 7'-7 7/8" ol 3/8" = 1 '-0" I I gideontoal EXHIBIT A A09 , 6. CERTIFICATE OF LIABILITY INSURANCE D012MM/2010) �� 10/25/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. MPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Jeri Pairish NAME: Dexter & Company PHONE (214)526-5646 A/C No):(214)526-6926 3601 Cedar Springs Rd. ADDRESS:JPairish@dexterinsurance.com PRODUCERCUSTOMER to 90003265 Dallas TX 75219 INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A Mount Hawley Insurance Co. Carlyle/Cypress West 7th, LP INSURER B:Liberty Insurance Underwriters Cypress Equities Operations, LP. INSURER C: 8343 Douglas Avenue INSURER D: Suite 300 INSURER E: Dallas TX 75225 INSURER F: COVERAGES CERTIFICATE NUMBER:10/11 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $ 50,000 A CLAIMS-MADE I—XI OCCUR MGLO169816 10/24/2010 10/24/2011 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICYFX PRO LOC $ JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 ANY AUTO BODILY INJURY(Per person) $ A ALL OWNED AUTOS GLO169816 10/24/2010 10/24/2011 BODILY INJURY(Per accident) $ SCHEDULED AUTOS X PROPERTY DAMAGE $ HIRED AUTOS (Per accident) X NON-OWNED AUTOS $ X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 25,000,000 x EXCESS LIAB HCLAIMS-MADE AGGREGATE $ 25,000,000 DEDUCTIBLE $ B RETENTION $ CDA2118352 0/24/2010 0/24/2011 $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? F—] N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) City of Fort Worth, Parking Mgmt Div, 1000 Throckmorton St. Fort Worth Texas 76102. City of Ft. Worth Officers and Employees are additional insured on the General Liability policy as required by written contract but only in respect to work performed by or on behalf of the named insured. CERTIFICATE HOLDER CANCELLATION (817)392-7894 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton Street Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Bob Carter/JERIP ACORD 25(2009/09) ©1988-2009 ACORD CORPORATION. All rights reserved. Ih1¢e96­ nnn, Tho ArnRn nama anrd Innn nra ronicforad mn rlea of Ar-npn