Loading...
HomeMy WebLinkAboutContract 63006C10014a0 ew*1111V DESIGN PROCUREMENT AGREEMENT FOR 54-INCH TRANSMISSION MAIN This DESIGN PROCUREMENT AGREEMENT ("Agreement") is entered into by and between the City of Fort Worth, a home -rule municipal corporation of the State of Texas ("City"), acting by and through, its duly authorized Assistant City Manager, and LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD., a Texas limited partnership ("Developer"), acting by and through its duly authorized representative. City and Developer are referred to herein individually as a party and collectively as the parties. Recitals WHEREAS, City desires to design and construct approximately 4,100 linear feet of a 54- inch water transmission main across Developer's property within future Fleming Ranch Road right-of-way ("Project"); and WHEREAS, City has retained Kimley-Horn and Associates, Inc, ("KHA") to design the Project on behalf of the City; and WHEREAS, coordination is necessary between City and Developer to ensure the Project is designed to allow for connections to the 54-inch line from a 12-inch water main in Heritage Trace Parkway and an 8-inch water main in a future road to the north, as well as to ensure compatibility with the design of Fleming Ranch Road; and WHEREAS, Developer has retained LJA Engineering, Inc. ("LJA") for the design of the Fleming Ranch Road and the water main connections; and WHEREAS, in order to coordinate with the Developer and LJA on the Project and to procure a portion of the preliminary engineering services LJA has previously performed for Developer that are necessary for the Project, City and Developer desire to enter into this Agreement for City to reimburse Developer for the Design Consultant Services (defined below) performed by LJA for the Project; and WHEREAS, Developer selected LJA based on demonstrated competence and qualifications to perform engineering services for a fair and reasonable price; and WHEREAS, City staff have reviewed the scope, fee and schedule for the Design Consultant Services for the Project and find them to be fair and reasonable; and WHEREAS, LJA is the sole source that can provide the Design Consultant Services for the Project due to Developer's pre-existing contract with LJA and Developer's ownership rights to the preliminary engineering services performed by LJA; and WHEREAS, Developer shall not earn a fee based upon the City reimbursement for the Design Consultant Services; OFFICIAL RECORD CITY SECRETARY Design Procurement Agreement for 54-Inch Transmission Main FT. WORTH, Tx Page 1 of 15 NOW, THEREFORE, for and in consideration of the above recitals and the mutual covenants and agreements herein contained, the City and Developer agree as follows: SECTION 1 GENERAL REQUIREMENTS 1.1 City and Developer agree that recitals stated above are true and correct and are incorporated into the Agreement by reference. 1.2 The Design Consultant Services performed by LJA for which the City shall reimburse Developer pursuant to this Agreement shall generally consist of preliminary engineering, review, consultation, and coordination services relating the engineering necessary for the Project as further depicted in Exhibit "B" which is attached hereto and incorporated herein by reference ("Design Consultant Services"). The Design Consultant Services shall include the following: (a) LJA shall review KHA's design plans to ensure compatibility with the roadway design for Fleming Ranch Road, provided that LJA shall not be liable for any errors or omissions provided in KHA's design plans; and (b) LJA shall create legal descriptions and exhibits for permanent water line easements necessary to install 54-inch and 12-inch water line, with the intent of the alignments to be within future street right-of-way; 1.3 LJA is signing this Agreement to provide the City with the rights and protections that are set forth in Exhibit "C" which is attached hereto and incorporated herein by reference. 1.4 City agrees to pay Developer in an amount not to exceed $56,050.00 for the Design Consultant Services as more specifically detailed in the Level of Effort in Exhibit `B." The City will reimburse Developer within 60 days of a receipt of an invoice from Developer. Developer may submit an invoice to the City after the Design Consultant Services are completed and all work product of LJA for the Design Consultant Services are delivered to the City, including but not limited to the SUE exhibit. Developer shall submit all invoices and request for payment to the City by email to DSWS@fortworthtexas.gov. Developer must register as a vendor of the City in order for City to pay Developer. City shall have the ultimate right to approve or disapprove the Design Consultant Services work product, such approval not to be unreasonably withheld, delayed, or conditioned. 1.5 Provided the City has reimbursed Developer for all submitted invoices that collectively do not exceed the cap amount in Section 1.4, City shall own any plans and other documents and work product LJA creates in performance of the Design Consultant Services for the design of the Project. In the event this Agreement is terminated, City shall have the right to enter into an agreement with LJA to complete the design of the Project. 1.6 Developer shall provide KHA with a right of entry on Developer's property for KHA to perform the necessary site investigations needed by KHA to design the Project. The right of entry shall not include any property owned by Oncor. Design Procurement Agreement for 54-Inch Transmission Main Page 2 of 15 1.7 Developer shall cause LJA to provide KHA with a SUE exhibit, and design plans for Fleming Ranch Road across Developer's property. The costs for the same shall be included in Exhibit `B" to this Agreement. 1.8 KHA. shall design approximately 4,100 linear feet of the proposed 54-inch water transmission main crossing Developer's property, to be located within future Fleming Ranch Road right-of-way. KHA will design connections to the 54-inch line from the 12- inch line in Heritage Trace Parkway and an 8-inch line in an unnamed road to the north. KHA will provide the exhibit for the scope of work on Developer's property for these connections to Developer and LJA. 1.9 Developer shall dedicate the water line easements on Developer's property for the Project to the City at no cost to the City. 1.10 KHA shall provide monthly reports to LJA and Developer and shall provide as-builts to Developer and LJA. 1.11 The Project will be independent of any projects associated with the Northpointe West Preliminary Plat (PP-22-052). SECTION 2 TERMINATION 2.1 Termination. This Agreement may be terminated by either party upon delivery of written notice to the other party of such intent to terminate. If the City terminates this Agreement after the design work for the Project has commenced, then the City shall reimburse Developer for the City's Share of the design costs incurred or paid as of the date of such termination, such reimbursement to be made within thirty (30) days of the City's receipt of an invoice evidencing such costs. 2.2 Fiscal Funding Out. Notwithstanding anything to the contrary, if, for any reason, at any time during the term of the Agreement, the Fort Worth City Council fails to appropriate funds sufficient for the City to fulfill its obligations under this Agreement, the City may terminate the portion of the Agreement regarding such obligations to be effective on the later of. (i) delivery by the City to Developer of written notice of the City's intention to terminate or (ii) the last date for which funding has been appropriated by the Fort Worth City Council for the purposes set forth in this Agreement; provided, however, the City shall reimburse Developer for the City's Share of the design costs incurred or paid by Developer as of the date of such termination, such reimbursement to be made within thirty (30) days of the City's receipt of an invoice evidencing such costs. SECTION 3 FORCE MAJEURE Design Procurement Agreement for 54-Inch Transmission Main Page 3 of 15 3.1 If either party is unable, either in whole or part, to fulfill its obligations under this Agreement (other than payment obligations) due to acts of God; strikes, lockouts, or other industrial disturbances; acts of public enemies; wars; blockades; insurrections; riots; epidemics; public health crises; earthquakes; fires; floods; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any state; declaration of a state of disaster or of emergency by the federal, state, county, or City government in accordance with applicable law; issuance of a Level Orange or Level Red Alert by the United States Department of Homeland Security; any arrests and restraints; civil disturbances; or explosions; or some other reason beyond the party's reasonable control (collectively, "Force Majeure Event"), the obligations so affected by such Force Majeure Event will be suspended only during the continuance of such event; provided, however, that any payment obligations of either party under this Agreement shall not be excused or delayed by any Force Majeure Event. SECTION 4 lIntentionally Omitted] SECTION 5 INSURANCE 5.1 Developer shall maintain the insurance requirements set forth in Exhibit "D", which is attached hereto and incorporated herein for all purposes. SECTION 6 NONDISCRIMINATION 6.1 Developer shall not engage in any unlawful discrimination based on race, creed, color, national origin, sex, age, religion, disability, marital status, citizenship status, sexual orientation or any other prohibited criteria in performing the services under this Agreement. SECTION 7 VENUE AND CHOICE OF LAW 7.1 Developer and City agree that this Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. SECTION 8 THIRD -PARTY RIGHTS AND ASSIGNMENTS 8.1 The provisions and conditions of this Agreement are solely for the benefit of the City and Developer, and any lawful assign or successor of Developer, and are not intended to create any rights, contractual or otherwise, to any other person or entity. Design Procurement Agreement for 54-Inch Transmission Main Page 4 of 15 8.2 Developer agrees that it will not subcontract or assign all or any part of its rights, privileges or duties hereunder without the prior written consent of the City, and any attempted subcontract or assignment of same without such prior consent of the City shall be void. SECTION 9 BINDING COVENANTS 9.1 Subject to the limitations contained herein, the covenants, conditions and agreements made and entered into by the parties hereunder are declared to be for the benefit of and binding on their respective successors, representatives and permitted assigns, if any. SECTION 10 INDEPENDENT CONTRACTOR 10.1 Developer shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the City. Developer shall have exclusive control of, and the exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees and subconsultants (or subcontractors). Nothing herein shall be construed as creating a partnership or joint venture between the City and Developer, its officers, agents, employees and subconsultants (or subcontractors), and doctrine of respondent superior has no application as between the City and Developer. SECTION 11 AMENDMENTS, CAPTIONS, AND INTERPRETATION 11.1 Except as otherwise provided in this Agreement, the terms and provisions of this Agreement may not be modified or amended except upon the written consent of both the City and Developer. 11.2 Captions and headings used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 11.3 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. SECTION 12 GOVERNMENTAL POWERS AND IMMUNITIES 12.1 It is understood that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. Design Procurement Agreement for 54-Inch Transmission Main Page 5 of 15 SECTION 13 AUTHORIZATION AND COUNTERPARTS 13.1 By executing this Agreement on behalf of Developer, the person signing below affirms that he or she is authorized to execute this Agreement and that all representations made herein with regard to the signer's identity, address, and legal status are true and correct. 13.2 This Agreement may be executed in several counterparts, each of which will be deemed an original, but all of which together will constitute one and the same instrument. SECTION 14 SEVERABILITY AND NO WAIVER 14.1 It is agreed that in the event any covenant, condition or provision herein contained is held to be invalid by any court of competent jurisdiction, the invalidity of such covenant, condition or provision shall in no way affect any other covenant, condition or provision, and does not materially prejudice either Developer or City in connection with the rights and obligations contained in the valid covenants, conditions or provisions of this Agreement. 14.2 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 parry's right to insist upon appropriate performance or to assert any such right on any future occasion. SECTION 15 COMPLIANCE WITH LAWS 15.1 This Agreement is 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. 15.2 If City notifies Developer or any of its officers, agents, employees, contractors, subcontractors, licensees, volunteers, or invitees of any violation of such laws, ordinances, rules or regulations, Developer shall immediately desist from and correct the violation. SECTION 16 NOTICES 16.1 Notices to be provided hereunder shall be sufficient if forwarded to the other party by hand - delivery or via U.S. Postal Service certified mail, postage prepaid, or by electronic mail, to the address of the other party shown below: To the City: To Developer: Fort Worth Water Department LENNAR HOMES OF TEXAS LAND Attn: Matt Kusnir AND CONSTRUCTION, LTD. 100 Fort Worth Trail 1231 Greenway Drive, Suite 800 Design Procurement Agreement for 54-Inch Transmission Main Page 6 of 15 Fort Worth, Texas 76102 Email: Matt. Kusnir(c),fortworthtexas.eov with copies to: City Attorney's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas, 76102 and City Manager's Office City of Fort Worth 100 Fort Worth Trail Fort Worth, Texas 76102 Irving, Texas 75038 Attn: Greg Urech Email: erea.urech(alennar.com with copies to: Lennar Homes of Texas Land and Construction, Ltd. 1231 Greenway Drive, Suite 800 Irving, Texas 75038 Attn: Herman Randow, Regional Counsel Email: herman.randow@lennar.com SECTION 17 HEADINGS 17.1 The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. SECTION 18 RIGHT TO AUDIT 18.1 Developer agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Developer involving transactions relating to this Agreement. Developer agrees that the City shall have access during normal working hours to all necessary Developer facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Developer reasonable advance notice of intended audits. SECTION 19 PROHIBITION ON BOYCOTTING ISRAEL 19.1 Developer acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services that has a value of S 100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees 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. By signing this Agreement, Developer certifies that Developer's signature provides written verification to the City Design Procurement Agreement for 54-Inch Transmission Main Page 7of15 that Developer. (1) does not boycott Israel, and (2) will not boycott Israel during the term of the Agreement SECTION 20. PROHIBITION ON BOYCOTTING ENERGY COMPANIES 20.1 Developer acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. SECTION 21. PROHIBITION ON DISCRIMINATION AGAINST FIREARM AND AMMUNITION INDUSTRIES 21.1 Developer acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Developer certifies that Developer's signature provides written verification to the City that Developer: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. SECTION 22. COMPLIANCE WITH PUBLIC INFORMATION ACT REQUESTS 22.1 The requirements of Subchapter J, Chapter 552, Government Code, may apply to this Agreement and Developer agrees that the Agreement can be terminated if Developer knowingly or intentionally fails to comply with a requirement of that subchapter. Developer acknowledges that section 552.371 of the Texas Government Code applies to this Agreement if (1) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of good or services by the City; or (2) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by the City in a fiscal year of the City. To the extent that section Design Procurement Agreement for 54-Inch Transmission Main Page 8 of 15 552.371 of the Texas Government Code applies to this Agreement, Developer shall comply with section 552.372 of the Texas Government Code by: (1) preserving all contracting information relating to this Agreement as provided by the records retention requirements applicable to the City for the duration of the Agreement; (2) promptly providing the City any contracting information related to this Agreement that is in the custody or possession of Developer on request of the City; and (3) on completion of the Agreement, either (a) providing at no cost to the City all contracting information related to the Agreement that is in the custody or possession of Developer; or (b) preserving the contracting information relating to the Agreement as provided by the retention requirements application to the City. 23. SOLE AGREEMENT 23.1 This Agreement, including any exhibits attached hereto and any documents incorporated herein, contains the entire understanding and agreement between the City and Developer, and any lawful assign and successor of Developer, 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. (Remainder of Page Intentionally Left Blank) Design Procurement Agreement for 54-Inch Transmission Main Page 9 of 15 IN WITNESS THEREOF, the parties have made and executed this Agreement to be effective on the date signed by the City's Assistant City Manager. CITY OF FORT WORTH: valra E911-19 O# Dana Burghdoff (MarYl, 2025 1t:S4 CDT) Dana Burghdoff Assistant City Manager Date: RECOMMENDED BY: Christopher H rd� 17, 2025 15:47 CDT) Christopher Harder, P.E. Water Department Director APPROVED AS TO FORM AND LEGALITY: Richard McCracken (Mar 21, 2025 11:29 CDT) Richard A. McCracken Sr. Assistant City Attorney angq 4 FORr pad ATTEST: p �o C/�� paB4 nEXA5a4a Jannette S. Goodall City Secretary Date: DEVELOPER: LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. By: U.S. me, LLC, a Delaware limited liab ity c any, 'feral Partner By: f Name: Date: 3 C i H 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. —;7-; �Z-- Matt Kusnir Senior Capital Projects Officer AGREEMENT AUTHORIZATION: No M&C Required. Form 1295: N/A OFFICIAL RECORD Design Procurement Agreement for 54-Inch Transmission Main CITY SECRETARY Page 10 of 15 FT. WORTH, TX IAA ,I I 1 M 01 106 2. i • � s � '� .. pa a r-,�• ,.--- - ,, f -loopfh 7 _ T r/ 54 Inch Water Main Fleming Ranch Connecting to Existing 12 Inch Water Main Lennar Northpointe 54 FOR_ T�sH Inch Water WAM a fW Design Procurement Agreement for 54-Inch T.: .: ,_ .'..,L/on Main Page 11 of 15 EXHIBIT B LEVEL OF EFFORT Design Procurement Agreement for 54-Inch Transmission Main Page 12 of 15 EXHIBIT 8 Level of Effort Spreadsheet - Northpointe West 54" WL TASKMOUR BREAKDOWN Desi%n Services for Water/Sewer Con1ttract r (hours) oTravei Task No. Task Description IT CAS160ITo ES130ipal Project PnncS2501 bor� IP Total ense I T ask b I Comment Manalor Engin$170I I Cstal lReproduction� Cost Total Ralei MWBEcI Nonl MWBE I BASIC SERVICES 1.0 Design Coordination 11 41 42 31 18 $25,000 so s0 $0 SO $25,000 1.1 Send files to COFW and KHA 7 2 4 $2 260 $2,260 1.2 Coordinatioy with CoFW and KHA 6 20 20 12 9 $1 1,900 $11,900 1.3 Review KHA Design for conflicts 5 14 20 15 g 10.840 $0 $10,840 7.0 Construction Phase Services 7 21 24 19 0 ;12,5Q0 $0 $12\500 7.1 Review Month]] Construction Reports 2 5 8 6 3. 0 $3,640 Coordinate wi(h CoFW & KHA throughout 7.2 Construction 3 9 7 54 390 S4,390 7.3 Review As-bwlts provided by KHA 2 7 9 8 54A70 $4,470 Totals Basic Services 18 62 66 50 18 $37„500 $0 $0 $6 $0 $0 $37,500 SPECIAL SERVICES Labor1hoursI Principal Survey Project 2-Man Survey Mana �or SurveYor Crew Tech $300 5250 5170 $145 $120 8.0 ROW/EasementServices 0 8 24 1f 39 12.500 $12,500 &I Easement Preparation 8 24 12 39 12 500 9.0 Environmental Services 9.1 WOUS Delmation ReDon 10.0 Potholing i,5,500 $5.506 $5.500 Invoice has beenyprovided. 10.1 Pothole Stakinq 62.000 SUE exhibit provided 519124. 104 Level'A'SUE 0 10.4.1 0-4' Test Hole 50 10.4.2 4-8' Test Hole 53.500 10.4.3 8-12' Test Hole 0 10.4A 12-18' Test Hole 50 t I Totals Special Services I I I I $12.500 $0 $5.500 $01 $5,500 $18,000 Water Line Footage 4.100 100 % Project Summon Sewer Line Footage 0 0% Total Hours 297J 4.100 100% Total Labor $50,006 Total Expense $0 (A) Total Fee $56,050 MBE/SBE Subconsultant $0 (B) Survey Fee $0 Non-MBElSBE Subconsultent $5 500 (C) Total Fee (-) survey Fee $56,050 10% Sub Markup �550 Water Fee 0% o1 C) I Sewer Fee [40 % of C) I MBEISBE Partic' lotion 0.0ya IV $56A5b.00 { $0.00 Total Projto Cost $56,050.00 Description WP Water Sewer I Conceptual Design (30%) 31 $16,815.00 $0.00 Preliminary Design (60%) 32 $33,630.00 $D.DD I Final Design (10%) 33 $5,605.00 $0.0D Survey 51 $0.00 $D.00 Subtotal I $56.050.001 $0,00 Total $56,050.00 City of Fort Worth, Texas Attachment B - Level of Effort Supplement EXHIBIT C LJA Engineering, Inc. is signing this Exhibit C to the Design Procurement Agreement for the purpose of providing the City with the following rights: 1. Provided the City has reimbursed Developer for all invoices submitted in accordance with the terms and conditions of this Agreement, City shall own any plans and other documents and work product LJA Engineering, Inc. creates in providing the Design Consultant Services for the Project. The City's engineers may alter, complete, correct, revise, or add to the engineering plans provided that the City first notifies LJA Engineering, Inc. in writing and any work altered, completed, corrected, revised, or added to shall have a seal affixed by the City's engineers. The City shall be responsible for any alterations, additional, or deletions to the original design, including any effect or impact of those changes on LJA Engineering, Inc.'s design. In the event this Agreement is terminated, City shall have the right to enter into an agreement with LJA Engineering, Inc. to complete the Design Consultant Services for the Project. 2. LJA ENGINEERING, INC. SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF FORT WORTH AGAINST LIABILITY FOR ANY DAMAGE TO THE EXTENT CAUSED BY OR RESULTING FROM AN ACT OF NEGLIGENCE, INTENTIONAL TORT, INTELLECTUAL PROPERTY INFRINGEMENT, OR FAILURE TO PAY A SUBCONTRACTOR OR SUPPLIER COMMITTED BY LJA ENGINEERING, INC. OR LJA ENGINEERING, INC IS AGENTS, CONSULTANTS UNDER CONTRACT, OR ANOTHER ENTITY OVER WHICH LJA ENGINEERING, INC EXERCISES CONTROL. The defense obligation does not apply to Professional Liability or Workers' Compensation claims. As it relates to such claims, LJA ENGINEERING, INC. shall be liable for reasonable defense costs incurred by THE CITY OF FORT WORTH, but only after final adjudication and only to the extent that LJA ENGINEERING, INC is found at fault 3. LJA Engineering, Inc. shall list City as an additional insured on LJA Engineering, Inc. insurance policy (or such insurance should have a blanket additional insured endorsement). 4. City shall have the right, until the expiration of three (3) years after final payment under is made by City to LENNAR HOMES OF TEXAS LAND AND CONSTRUCTION, LTD. pursuant to this Agreement, to have access to and the right to examine any directly pertinent books, documents, papers and records of LJA Engineering, Inc. involving transactions relating to this Agreement. LJA Engineering, Inc. agrees that the City shall have access during normal working hours to all necessary LJA Engineering, Inc. facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give LJA Engineering, Inc. reasonable advance notice of intended audits. LJA Engineering, Inc. Kyle Salzman Kyle Salzman (Mar 17, 2025 15:45 CDT) Name: Kyle Salzman, PE Title: Sr. Vice President Date: Design Procurement Agreement for 54-Inch Transmission Main Page 13 of 15 EXHIBIT D INSURANCE 1.01 Dutv to Acquire and Maintain. Developer shall ensure that a policy or policies of insurance are procured and maintained at all times, in full force and effect, to provide coverage of the types and amounts specified herein, naming the City as an additional insured as set forth herein, and covering all public risks related to this Agreement. The insurance required hereunder may be met by a combination of self-insurance and primary and excess policies. 1.02 Tvucs and Amounts of Coveraize Required a. Commercial General Liability: (1) $1,000,000.00 per occurrence, $2,000,000.00 aggregate, including coverage for the following: (1) Premises Liability; (ii) independent contractors; (iii) products/completed operations; (iv) personal injury; (v) contractual liability; (vi) explosion, collapse, and underground property damage b. Proberty Damaae Liabilitv: (1) $1,000,000.00 per occurrence Umbrella Policv (1) $5,000,000.00 d. Environmental Impairment Liability (EIL) &/or Pollution Liabilitv (1) $2,000,000 per occurrence (2) $5,000,000 aggregate e. Automobile Liabilitv: (1) $1,000,000.00 Each accident on a combined single -limit basis f. Worker's Compensation: (1) As required by law g. Emolover's Liabilitv: (1) $1,000,000.00 per accident 1.03 Revisions to Required Coveraee. At the reasonable recommendation of the City's Risk Manager, the City may at any time revise insurance coverage requirements and limits required by this Agreement. Company agrees that within ten (10) days of receipt of written notice from the Design Procurement Agreement for 54-Inch Transmission Main Page 14 of 15 City, all such revisions requested by the City will be implemented. The policy or policies of insurance shall be endorsed to provide that no material changes in coverage, including, but not limited to, cancellation, termination, non -renewal, or amendment, shall be made without thirty (30) days' prior written notice to the City. 1.04 Underwriters and Certificates. The insurers for all policies must be licensed and approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, prior written approval of the City's Risk Management Division is required. Within ten (10) business days following execution of this License, Developer shall ensure that City is furnished with certificates of insurance signed by the respective companies as proof that the types and amounts of insurance coverage required herein have been obtained. In addition, Developer shall, on demand, provide the City with evidence that it has maintained such coverage in full force and effect. 1.05 Deductibles. Deductible or self -insured retention limits on any line of coverage required herein shall not exceed $25,000.00 in the annual aggregate unless the limit per occurrence or per line of coverage, or aggregate is otherwise approved by the City. 1.06 No Limitation of Liability. The insurance requirements set forth in this section and any recovery by the City of any sum by reason of any insurance policy required under this License shall in no way be construed or affected to limit or in any way affect Company's liability to the City or other persons as provided by this Agreement or law. 1.07 Umbrella or Excess Liability. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 1.08 Additional Insured. The City, its officers, employees and volunteers shall be named as an Additional Insured on the Automobile and Commercial General Liability policies. 1.09 Waiver of Subrogation. The insurance shall include a waiver of rights of recovery (subrogation) in favor of the City of Fort Worth. 1.10 Conies of Policies and Endorsements. City shall be entitled, upon request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions in order to comply with the requirements of this Agreement except where policy provisions are established by law or regulations binding upon either of party or the underwriter on any such policies. 1.11 Certificate of Insurance. Developer shall submit to the City a certificate of insurance evidencing all required insurance coverage and any applicable endorsements. Design Procurement Agreement for 54-Inch Transmission Main Page 15 of 15