HomeMy WebLinkAboutContract 63308CSC No. 63308
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES
This agreement ("Agreement") is between the City of Fort Worth, a Texas home -
rule municipality ("City"), and Lochmueller Group dba Multatech, A Lochmueller
Company, authorized to do business in Texas ("Consultant'), for a project generally described
as: Railroad Fee Assistance and Crossing Inventory Management - Project No.106276.
Article I
Scope of Services
(1) Consultant hereby agrees to perform professional services as set forth in this
Agreement and the Scope of Services, attached hereto as Attachment "A"
("Services"). These Services shall be performed in connection with the Project.
(2) Additional services, if any, will be memorialized by an amendment to this Agreement.
(3) All reports, whether partial or complete, prepared under this Agreement, including
any original drawings or documents, whether furnished by City, its officers, agents,
employees, consultants, or contractors, or prepared by Consultant, shall be or
become the property of City, and shall be furnished to the City, prior to or at the time
such services are completed, or upon termination or expiration of Agreement.
Article II
Compensation
Consultant shall be compensated an amount up to $90,000.00 ("Contract Amount')
in accordance with the Fee Schedule shown in Attachment "B". Payment shall be
considered full compensation for all labor (including all benefits, overhead and
markups), materials, supplies, and equipment necessary to complete the Services.
Consultant shall provide monthly invoices to City. Payments for services rendered shall be
made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch.
2251).
Acceptance by Consultant of said payment shall release City from all claims or liabilities
under this Agreement for anything related to, performed, or furnished in connection with the
Services for which payment is made, including any act or omission of City in connection with
such Services.
Article III
Term
Consultant will perform its duties as expeditiously as is consistent with professional care and
skill and the orderly progress of the Project. The term of this Agreement shall commence on
City of Fort Worth, Texas Railroad Fee Assistance
Standard Agreement for Professional Services and Crossing Inventory
Revision Date: March 8, 2024 Management
Page 1 of 10 106276
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
the Effective Date and shall continue until the expiration of the funds or completion of the
subject matter pursuant to the schedule, whichever occurs first, unless terminated in
accordance with the terms of this Agreement. Unless specifically otherwise amended, the
original term shall not exceed five years from the original effective date.
Article IV
Independent Contractor
Consultant shall operate hereunder as an independent contractor and not as an officer, agent,
servant, or employee of City. Consultant shall have exclusive control of and the exclusive right
to control the details of the work to be performed hereunder and of all persons performing
same, and shall be solely responsible for the acts and omissions of its officers, agents,
employees, contractors and subcontractors. The doctrine of respondent superior shall not
apply as between City and Consultant, its officers, agents, employees, contractors, and
subcontractors, and nothing herein shall be construed as creating a partnership orjoint venture
between City and Consultant.
Article V
Professional Competence
Work performed by Consultant shall comply in all aspects with all applicable local, state and
federal laws and with all applicable, standards, codes, rules and/or regulations promulgated
by local, state and national boards, bureaus and agencies. Approval to proceed by City of
Consultant's work or work product shall not constitute or be deemed to be a release of the
responsibility and liability of Consultant or its officers, agents, employees, contractors and
subcontractors for the accuracy and competency of its performance of the Services.
Article VI
Indemnification
CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFYAND HOLD CITY,
ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY
AND THIRD PARTY CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY
KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR
LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS
AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING
DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY
CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS
AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL
MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES,
EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY) OR SUBCONTRACTORS
RELATED TO THE PERFORMANCE OR NON-PERFORMANCE OF THIS
City of Fort Worth, Texas Railroad Fee Assistance
Standard Agreement for Professional Services and Crossing Inventory
Revision Date: March 8, 2024 Management
Page 2 of 10 106276
AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION
OF THIS AGREEMENT.
Article VII
Insurance
Consultant shall not commence work under this Agreement until it has obtained all insurance
required under Attachment F and City has approved such insurance.
Article Vill
Force Majeure
City and Consultant shall exercise their best efforts to meet their respective duties and
obligations as set forth in this Agreement, but shall not be held liable for any delay or
omission in performance due to force majeure or other causes beyond their reasonable
control, including, but not limited to; acts of the public enemy, fires, strikes, lockouts, natural
disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
Article IX
Transfer or Assignment
Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest
in this Agreement without prior written consent of City.
Article X
Termination of Contract
(1) City may terminate this Agreement for convenience by providing written notice to
Consultant at least 30-days prior to the date of termination, unless Consultant agrees
in writing to an earlier termination date.
(2) Either City or Consultant may terminate this Agreement for cause if either party fails
to substantially perform, through no fault of the other and the nonperforming party
does not commence correction of such nonperformance within 5 days after receipt of
written notice or thereafter fails to diligently pursue the correction to completion.
(3) If City chooses to terminate this Agreement, upon receipt of notice of termination by
Consultant, Consultant shall discontinue Services on the date such termination is
effective. City shall compensate Consultant for such services rendered based upon
Article II of this Agreement and in accordance with Exhibit "B".
Article XI
Right to Audit
City of Fort Worth, Texas Railroad Fee Assistance
Standard Agreement for Professional Services and Crossing Inventory
Revision Date: March 8, 2024 Management
Page 3 of 10 106276
(1) Consultant agrees that City shall, until the expiration of three (3) years after final
payment under Agreement, have access to and the right to examine any directly
pertinent books, documents, papers and records of Consultant involving transactions
relating to Agreement. Consultant agrees that City shall have access during normal
working hours to all necessary facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section.
City shall give Consultant reasonable advance notice of intended audits.
(2) Consultant further agrees to include in all its subcontracts hereunder, a provision to
the effect that the subcontractor 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 directly pertinent books, documents, papers and records of such
subcontractor(s), involving transactions to the subcontract, and further, that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space in order to conduct, audits in
compliance with the provisions of this article. City shall give Consultant and any
subcontractor reasonable advance notice of intended audit.
(3) Consultant and subcontractor(s) agree to photocopy such documents as may be
requested by City. City agrees to reimburse Consultant for the cost of copies at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
Article XII
Business Equity Participation
City has goals for the full and equitable participation of minority business and/or women
business enterprises in City contracts greater than $100,000. In accordance with City's
Business Equity Ordinance No. 25165-10-2021 (as codified in Chapter 20, Article X of the
City's Code of Ordinances, as amended, and any relevant policy or guidance documents),
Consultant acknowledges the MBE and WBE goals established for this Agreement and its
execution of this Agreement is Consultant's written commitment to meet the prescribed MBE
and WBE participation goals. Any misrepresentation of facts (other than a negligent
misrepresentation) and/or the commission of fraud by Consultant may result in the termination
of this Agreement and debarment from participating in City contracts for a period of time of not
less than three (3) years.
Article XIII
Observe and Comply
Consultant shall at all times observe and comply with all federal, state, and local laws and
regulations and with all City ordinances and regulations which in any way affect Agreement
and the work hereunder, and shall observe and comply with all orders, laws ordinances and
regulations which may exist or may be enacted later by governing bodies having jurisdiction or
authority for such enactment. No plea of misunderstanding or ignorance thereof shall be
City of Fort Worth, Texas Railroad Fee Assistance
Standard Agreement for Professional Services and Crossing Inventory
Revision Date: March 8, 2024 Management
Page 4 of 10 106276
considered. Consultant agrees to defend, indemnify and hold harmless City and all of its
officers, agents and employees from and against all claims or liability arising out of the violation
of any such order, law, ordinance, or regulation, whether it be by itself or its employees or its
subcontractor(s).
Article XIV
Immigration Nationality Act
Consultant shall verify the identity and employment eligibility of its employees and
employees of all subcontractor(s) who perform work under Agreement, including completing
the Employment Eligibility Verification Form (1-9). Upon request by City, Consultant shall
provide City with copies of all 1-9 forms and supporting eligibility documentation for each
employee who performs work under Agreement. Consultant shall adhere to all Federal and
State laws as well as establish appropriate procedures and controls so that no services will
be performed by any Consultant employee who is not legally eligible to perform such
services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS
PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES,
SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant,
shall have the right to immediately terminate Agreement for violations of this provision by
Consultant.
Article XV
Venue and Jurisdiction
If any action, whether real or asserted, at law or in equity, arises on the basis of any provision
of 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.
Agreement shall be construed in accordance with the laws of the State of Texas.
Article XVI
Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed
and revised Agreement and that the normal rule of contract construction, to the effect that
any ambiguities are to be resolved against the drafting party, must not be employed in the
interpretation of Agreement or any amendments or exhibits hereto.
The failure of City or Consultant to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Consultant's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
Article XVII
City of Fort Worth, Texas Railroad Fee Assistance
Standard Agreement for Professional Services and Crossing Inventory
Revision Date: March 8, 2024 Management
Page 5 of 10 106276
Severability
The provisions of Agreement are severable, and if any word, phrase, clause, sentence,
paragraph, section or other part of Agreement or the application thereof to any person or
circumstance shall ever be held by any court of competent jurisdiction to be invalid or
unconstitutional for any reason, the remainder of Agreement and the application of such
word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other
persons or circumstances shall not be affected thereby and Agreement shall be construed
as if such invalid or unconstitutional portion had never been contained therein.
Article XVIII
Notices
Notices regarding Articles IX or X are to be provided to the other Party by hand -delivery or
via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the
address of the other Party shown below:
City of Fort Worth
Attn: Kevin Isu
Transportation and Public Works
100 Fort Worth Trail
Fort Worth, Texas 76102
Consultant:
Lochmueller Group dba Multatech, A Lochmueller Company
Attn: Kory Taylor
2821 W. 7th St. Suite 400
Fort Worth, TX 76107
All other notices may be provided as described above or via electronic means.
Article XIX
Prohibition On Contracts With Companies Boycotting Israel
Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Consultant has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed
to those terms in Section 808.001 of the Texas Government Code. By signing this
contract, Consultant certifies that Consultant's signature provides written verification
City of Fort Worth, Texas Railroad Fee Assistance
Standard Agreement for Professional Services and Crossing Inventory
Revision Date: March 0, 2024 Management
Page 6 of 10 106276
to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract.
City of Fort Worth, Texas Railroad Fee Assistance
Standard Agreement for Professional Services and Crossing Inventory
Revision Date: March 8, 2024 Management
Page 7 of 10 106276
Article XX
Prohibition on Boycotting Energy Companies
Consultant 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, which will 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. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Consultant certifies that
Consultant's signature provides written verification to the City that Consultant: (1)
does not boycott energy companies; and (2) will not boycott energy companies
during the term of this Agreement.
Article XXI
Prohibition on Discrimination Against Firearm and Ammunition Industries
Consultant 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 which will 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. The terms "discriminate," "firearm entity" and "firearm trade association" have
the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To
the extent that Chapter 2274 of the Government Code is applicable to this Agreement,
by signing this Agreement, Consultant certifies that Consultant's signature provides
written verification to the City that Consultant: (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.
Article XXII
Headings
The headings contained herein are for the convenience in reference and are not intended to
define or limit the scope of any provision of Agreement.
Article XXIII
City of Fort Worth, Texas Railroad Fee Assistance
Standard Agreement for Professional Services and Crossing Inventory
Revision Date: March 8, 2024 Management
Page 8 of 10
10(i27ti
Attachments, Schedules and Counterparts
This Agreement may be executed in one or more counterparts and each counterpart shall,
for all purposes, be deemed an original, but all such counterparts shall together constitute
but one and the same instrument.
The following attachments and schedules are hereby made a part of Agreement:
Attachment A - Scope of Services
Attachment B — Compensation
Attachment C - Changes to Agreement
Attachment D - Project Schedule
Attaehmeat-€—L-eeatiaR-Map
Attachment F — Insurance Requirements
Duly executed by each party's designated representative to be effective on the date subscribed
by the City's designated Assistant City Manager,
BY:
CITY OF FORT WORTH
Jesica McEachern
Assistant City Manager
Date: 05/16/25
-11 anq
0
v°i.o o9�d
ATTEST:
ono o=d
°°nneza5a4p
/
Jannette Goodall
City Secretary
APPROVED AS TO FORM AND LEGALITY
By: Douglas Black (May 14, 202513:32 CDT)
Douglas W Black
Sr. Assistant City Attorney
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: March 8, 2024
Page 9 of 10
BY:
CONSULTANT
Lochmueller Group
Lochmueller Company
dba Multatech, A
Paul Padilla
Regional Leader —Texas Region
Date: 4-16-2025
M&C No.: N/A
M&C Date: N/A
Railroad Fee Assistance
and Crossing Inventory
Management
106276
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ATTACHMENT "A"
Scope for 2024 On -Call Railroad
Fee Assistance & Professional Services
The scope of work set forth herein defines the work to be performed by the CONSULTANT in
completing the project. Both the CITY and CONSULTANT have attempted to clearly define the
work to be performed and address the needs of the project.
OBJECTIVE
The objective of the projects completed under the Task Order agreement is to assist the City of
Fort Worth in negotiating annual railroad maintenance fees associated with a variety of City
projects that interact with the City. Work under this agreement includes, but is not limited to,
project management, data collection, diagnostic meetings, traffic signal pre-emption plans, and
quiet zone mitigation and documentation.
WORK TO BE PERFORMED
CONSULTANT hereby agrees to perform planning, project management and professional
services on a task order basis as may be requested by the CITY during the term of this
AGREEMENT for the following categories of public improvement projects:
TASK 1
To assist the City of Fort Worth in negotiating railroad annual maintenance fees associated with
the following project types:
• Real estate land lease fees
• Signal upgrades and interconnectivity for at -grade rail crossings
• Track crossing surface upgrades
• Fees associated with Quiet Zone projects
TASK 2
Assist the City of Fort Worth in establishing a long-term program, develop procedures, identify
opportunities for added value, and to reduce the City's exposure and responsibility for paying
higher maintenance fees as described in Task 1. Multatech will also assist the City of Fort Worth
in managing future expectations and to help create strategies to strengthen the City's position to
negotiate, establish boundaries, and create win -win scenarios with the railroads:
• Assist in long-term crossing agreements between the City and railroads
• Survey other city's experiences and fee structures under similar circumstances
• Due diligence in creating sustainable interaction between the City and railroads regarding
crossing projects
City of Fort Worth
Attachment A
PMO Release Date: 10.24.2024
ATTACHMENT "A"
Scope for 2024 On -Call Railroad
Fee Assistance & Professional Services
• Develop a framework to standardize interaction between parties regarding crossing
projects that is predictive and not subject to variables between projects, timelines, and
locations
• Assist in developing a long-term strategy to co -exist between railroads, City, expanding
populations, suburban sprawl, etc.
TASK 3
Assist CFW in developing a systemwide list identifying at -grade crossing candidates for closure
and/or grade separation. Having a living document that can be updated at any time with closure
candidates can provide significant benefits to the railroads' demands for multiple closures for
each crossing upgrade, improvement, widening, or modification:
• Prepare a ready-made list of crossing closure candidates identified as redundant,
seldom used, or can easily be routed to a nearby arterial street
• Identify crossings that are suitable for Grade Separation. Develop high-level cost
estimates for future budgeting and bonding purposes
Work under this AGREEMENT will be performed on a Work Order requested basis. The CITY
will request services for each Work Order. The CONSULTANT shall perform the tasks
requested by the City on a time and materials (T&M) basis.
Compensation will be based upon the hours actually worked to complete the task requested by
the City. Compensation will be based on the Schedule of Rates in Attachment "B" of this
AGREEMENT. The fee will include an estimate of reimbursable expenses and sub -consultant
fees, if necessary. Compensation for each Work Order shall be hourly and not -to -exceed.
If the Work Order requires a schedule, a schedule shall be attached as Attachment "D".
Each Work Order shall include Attachment "E" to identify the project location.
City of Fort Worth
Attachment A
PMO Release Date: 10.24.2024
ATTACHMENT B
COMPENSATION
Design Services for
RAILROAD FEE ASSISTANCE
City Project No. 106276
Time and Materials with Rate Schedule Project
Compensation
A. The ENGINEER shall be compensated for personnel time, non -labor expenses,
and subcontract expenses in performing services enumerated in Attachment A as
follows:
i. Personnel Time. Personnel time shall be compensated based upon hours
worked directly in performing the PROJECT multiplied by the appropriate Labor
Category Rate for the ENGINEER's team member performing the work.
Labor Category Rate as presented in the rate schedule table below is the rate for
each labor category performing the work and includes all direct salaries, overhead,
and profit.
Labor Category
2024 Rate
2025 Rate
($/hour)
($/hour)
Principle
$290.00
$298.70
Project Manager/Railroad Expert
$229.50
$236.38
Design/Resident Engineer
$206.50
$212.80
CADD Tech II
$127.30
$131.11
CADD Tech 1
$105.05
$108.20
Clerical Support
$57.00
$58.71
Project Accounting
$93.75
$96.56
ii. Non -Labor Expenses. Non -labor expenses shall be reimbursed as .Direct
Expenses at invoice or internal office cost.
Direct Expenses (non -labor) include, but are not limited to, mileage, travel and
lodging expenses, mail, supplies, printing and reproduction services, other direct
expenses associated with delivery of the work; plus applicable sales, use, value
added, business transfer, gross receipts, or other similar taxes.
iii. Subcontract Expenses. Subcontract expenses and outside services shall be
reimbursed at cost to ENGINEER plus a markup of ten percent (10%).
City of Fort Worth, Texas
Attachment B
Revised Date: 12/912022
Page 1 of 4
ATTACHMENT B
COMPENSATION
iv. Budgets. ENGINEER will make reasonable efforts to complete the work within
the budget and will keep the City informed of progress toward that end so that
the budget or work effort can be adjusted if found necessary.
ENGINEER is not obligated to incur costs beyond the indicated budgets, as may be
adjusted, nor is the City obligated to pay ENGINEER beyond these limits.
If ENGINEER projects, in the course of providing the necessary services, that the
PROJECT cost presented in Article 2 of this Agreement will be exceeded, whether
by change in scope of the project, increased costs or other conditions, the
ENGINEER shall immediately report such fact to the City and, if so instructed by the
City, shall suspend all work hereunder.
When any budget has been increased, ENGINEER's excess costs expended prior
to such increase will be allowable to the same extent as if such costs had been
incurred after the approved increase.
B. The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
II. Method of Payment
A. The ENGINEER shall be paid by the City based upon an invoice created on the
basis of statements prepared from the books and records of account of the
ENGINEER, based on the actual hours and costs expended by the ENGINEER in
performing the work.
B. Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
C. ENGINEER shall prepare and submit invoices in the format and including content
as presented in Exhibit B-1.
D. Payment of invoices will be subject to certification by the City that such work has
been performed.
III. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Transportation and Public Works Department, Railroad Coordinator monthly
progress reports and schedules in the format required by the City.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 2 of 4
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility Fee Amount %
Multatech, A Lochmueller Company Railroad Fee Assistance $90,000.00 100%
Proposed MWBE Sub -Consultants
N/A
Non-MWBE Consultants
Project Number & Name
Railroad Fee Assistance
City MWBE Goal = 0%
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 3 of 4
TOTAL $
0%
100%
Total Fee MWBE Fee MWBE
$_90,000.00 $
Consultant Committed Goal = 0 %
EXHIBIT "B-1"
ENGINEER INVOICE
(Supplement to Attachment B)
Insert required invoice format following this page, including negotiated total budget and
allocations of budgets across desired work types and work phases.
City of Fort Worth, Texas
Attachment B
Revised Date: 12/9/2022
Page 4 of 4
M
Lochmueller Group DBA, Multatei817-289-2051
fax
office address 2821 W. 7th St. Suite 400, Fort Worth,
TX 76107
CFW Project Manager
Supplier's Project Manager: Kory Taylor I
Supplier's PM email. ktaylor@multatech.com
Name of Project:
Railroad Fee Assistance
Invoice
Supplier Project No.
Proj. Invoice No.
Invoice date:
Period Service Date:Froml
Service Date:Tol
City Secretary Contract #:
P.O. Number:
Labor Cateqory Name Hours Rate ($/hr) Amount
Project Manager/Railroad Expert
Kory Taylor
236.38
$0.00
Senior Engineer
Walter O'Reilly
212.80
$0.00
(Designer
John Prince
131.11
$0.00
(Junior Engineer
155.00
$0.00
ICAD Technician
Eddie Hernandez
108.20
$0.00
lAdminstrative Support
Gallo -Anibal Vera
58.71
$0.00
lAccounting
Consuelo Gauna
96.56
$0.00
(Principle
Paul Padilla
298.70
$0.00
$0.00
I
$0.00
I
I
I
$0.00
I
I
I I
$0.00
I
I
I I
$0.00
I
I
I I
$0.00
Total Labor 0.0 $0.00
Subcontract Service
I N/A I
I N/A
I etc
I I
Subcontractor Subtotal $0.00
10 Percent Markup on Subcontract Services $0.00
Nonlabor Expenses
I
I
I
I
I I
Nonlabor Expense Subtotal $0.00
Total Expenses (Subcontract Services+Markup+Nonlabor Expenses) $0.00
TOTAL DUE THIS INVOICE $0.00
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
RAILROAD FEE ASSISTANCE
City Project No. 106276
Article III
Removed:
"Time is of the essence"
Replaced with:
"Consultant will perform its duties as expeditiously as is consistent with professional care
and skill and the orderly progress of the Project."
Article VI
Removed:
"ALL"
Replaced with:
"THIRD PARTY"
City of Fort Worth, Texas
Attachment C
PMO Release Date: 05.19.2010
Page I of I
FORT WORTH
ATTACHMENT "D"
PROJECT SCHEDULE
A. ENGINEER Project Schedule Development
ENGINEER shall prepare a project schedule for the services to be provided in fulfilling
the requirements of the Agreement and encompassing the Scope of Work defined in
Attachment A to the Agreement.
ENGINEER shall prepare and maintain project schedule throughout the life of the project
as defined in the Agreement in compliance with the City's Specification 00 31 15 entitled
Engineer Project Schedule.
ENGINEER's project schedule will follow the Critical Path Methodology (CPM) for
planned sequencing of the work activity and timing of the work.
B. Schedule "Tier" Selection
City has identified three "Tier" levels for project schedules as defined in City's
Specification 00 31 15, to align with the size and complexity of the project as a basis for
schedule development. City's Project Manager will determine the "Tier" level for the
ENGINEER's project schedule as part of the negotiation of the Agreement.
C. Project Baseline Schedule
ENGINEER will produce an initial project schedule and submit as a "baseline" for review
and acceptance by City's Project Manager as defined in City's Specification 00 31 15
which will be referred to as the Project Baseline Schedule. Updates to the baseline
schedule follow the requirements of City's Specification 00 31 15.
D. Project Progress Schedule
ENGINEER will provide to the City, monthly updates to their project schedule indicating
progress of the Work in compliance with the requirements of City's Specification 00 31
15 and said schedule will be referred to as the Project Progress Schedule.
E. Master Project Schedule
City will develop and maintain a master project schedule for the overall project.
ENGINEER's project baseline and progress schedule submittals will be an integral part
of the development and updating process of City's Master Project Schedule.
City of Fort Worth, Texas
Attachment D
Revision Date: 07.20.2018
Page 1 of 1
EXHIBIT F
CITY OF FORT WORTH
STANDARD INSURANCE REQUIREMENTS
(1) INSURANCE LIMITS
a. Commercial General Liability — Insured shall maintain commercial general
liability (CGL) and, if necessary, commercial umbrella insurance as follows:
$1,000,000 each occurrence
$2,000,000 aggregate
If such Commercial General Liability insurance contains a general aggregate
limit, it shall apply separately to this Project or location.
City shall be included as an additional insured with all rights of defense
under the CGL, using ISO additional insured endorsement or a
substitute providing equivalent coverage, and under the commercial
umbrella, if any. This insurance shall apply as primary insurance with
respect to any other insurance or self-insurance programs afforded to
City. The Commercial General Liability insurance policy shall have no
exclusions or endorsements that would alter or nullify:
premises/operations, products/completed operations, contractual,
personal injury, or advertising injury, which are normally contained
within the policy, unless City specifically approves such exclusions in
writing.
ii. Insured waives all rights against City and its agents, officers, directors
and employees for recovery of damages to the extent these damages
are covered by the commercial general liability or commercial umbrella
liability insurance maintained in accordance with Agreement.
b. Business Auto — Insured shall maintain business auto liability and, if
necessary, commercial umbrella liability insurance as follows:
$1,000,000 each accident (or reasonably equivalent limits
of coverage if written on a split limits basis).
Such insurance shall cover liability arising out of "any auto", including owned,
hired, and non -owned autos, when said vehicle is used in the course of Insured's
business and/or the Project. If Insured owns no vehicles, coverage for hired or
non -owned autos is acceptable.
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by the business auto liability or commercial umbrella liability
insurance obtained by Insured pursuant to this Agreement or under any
applicable auto physical damage coverage.
CFW Standard Insurance Requirements Page 1 of 3
Rev. 5.04.21
c. Workers' Compensation — Insured shall maintain workers compensation and
employer's liability insurance and, if necessary, commercial umbrella liability
insurance as follows:
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
Insured waives all rights against City and its agents, officers, directors and
employees for recovery of damages to the extent these damages are
covered by workers compensation and employer's liability or commercial
umbrella insurance obtained by Insured pursuant to this Agreement.
d. Professional Liability (Errors & Omissions) — Insured shall maintain
professional liability insurance as follows:
$1,000,000 - Each Claim Limit
$2,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to
the Commercial General Liability policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other
requirements. Coverage shall be written on a claims -made basis, and
maintained for the duration of the contractual agreement and for five (5) years
following completion of services provided. The policy shall contain a retroactive
date prior or equal to the Effective Date of the Agreement or the first date of
services to be performed, whichever is earlier. An annual certificate of insurance
shall be submitted to City to evidence coverage.
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that Insured has obtained all required
insurance shall be attached to Agreement concurrent with its execution. Any
failure to attach the required insurance documentation hereto shall not
constitute a waiver of the insurance requirements.
b. Applicable policies shall be endorsed to name City as an Additional Insured,
as its interests may appear, and must afford the City the benefit of any
defense provided by the policy. The term City shall include its employees,
officers, officials, and agents as respects the contracted services. Applicable
policies shall each be endorsed with a waiver of subrogation in favor of City
with respect to the Project.
c. Certificate(s) of insurance shall document that insurance coverage limits
specified in this Agreement are provided under applicable policies
documented thereon. Insured's insurance policy(s) shall be endorsed to
provide that said insurance is primary protection and any self -funded or
CFW Standard Insurance Requirements Page 2 of 3
Rev. 5.04.21
commercial coverage maintained by City shall not be called upon to
contribute to loss recovery. Insured's liability shall not be limited to the
specified amounts of insurance required herein.
d. Other than worker's compensation insurance, in lieu of traditional
insurance, City may consider alternative coverage or risk treatment
measures through insurance pools or risk retention groups. City must
approve in writing any alternative coverage for it to be accepted.
e. A minimum of thirty (30) days' notice of cancellation or material change in
coverage shall be provided to City. A ten (10) days' notice shall be acceptable
in the event of non-payment of premium.
f. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A:VII or equivalent measure of financial strength
and solvency as determined by the City's Risk Management division.
g. Any deductible or self -insured retention in excess of $25,000 that would
change or alter the requirements herein is subject to approval in writing by
City, if coverage is not provided on a first -dollar basis. City, at its sole
discretion, may consentto alternative coverage maintained through insurance
pools or risk retention groups. Dedicated financial resources or letters of credit
may also be acceptable to City.
h. In the course of the Agreement, Insured shall report, in a timely manner, to
City's Risk Management Department with additional notice to the Contract
Compliance Manager, any known loss or occurrence which could give rise
to a liability claim or lawsuit against City or which could result in a property
loss.
i. City shall be entitled, upon its request and without incurring expense, to
review Insured's insurance policies including endorsements thereto and, at
City's discretion, Insured may be required to provide proof of insurance
premium payments.
j. Lines of coverage, other than Professional Liability, underwritten on a claims -
made basis, shall contain a retroactive date coincident with or priorto the date
of this Agreement. The certificate of insurance shall state both the retroactive
date and that the coverage is claims -made.
k. Coverages, whether written on an occurrence or claims -made basis, shall be
maintained without interruption nor restrictive modification or changes from
date of commencement of the Project until final payment and termination of
any coverage required to be maintained after final payments.
I. City shall not be responsible for the direct payment of any insurance
premiums required by Agreement.
m. Subcontractors of Insured shall be required by Insured to maintain the same
or reasonably equivalent insurance coverage as required for Insured. Upon
City's request, Insured shall provide City with documentation thereof.
CFW Standard Insurance Requirements Page 3 of 3
Rev. 5.04.21
ADDITIONAL COVERAGES
Ref #
Description
Coverage Code
Form No.
Edition Date
Social Engineering
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
250,000
5,000
Ref #
Description
Coverage Code
Form No.
Edition Date
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
Ref #
Description
Coverage Code
Form No.
Edition Date
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
Ref #
Description
Coverage Code
Form No.
Edition Date
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
Ref #
Description
Coverage Code
Form No.
Edition Date
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
Ref #
Description
Coverage Code
Form No.
Edition Date
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
Ref #
Description
Coverage Code
Form No.
Edition Date
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
Ref #
Description
Coverage Code
Form No.
Edition Date
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
Ref #
Description
Coverage Code
Form No.
Edition Date
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
Ref #
Description
Coverage Code
Form No.
Edition Date
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
Ref #
Description
Coverage Code
Form No.
Edition Date
Limit 1
Limit 2
Limit 3
Deductible Amount
Deductible Type
Premium
OFADTLCV
Copyright 2001,
AMS Services, Inc.
106276-E PAG-M u ltatech "Railroad
Fee Assistance and Crossing Inventory
Management" Professional Services Contract
Interim Agreement Report 2025-05-09
Created: 2025-05-09
By: Andrea Munoz (Andrea. M unoz@fortworthtexas.gov)
Status: Out for Approval
Transaction ID: CBJCHBCAABAAE4dgxD8eV5xkk3DF1THxBkV3rUVysgnn
Agreement History
Agreement history is the list of the events that have impacted the status of the agreement prior to the final signature. A final audit report will
be generated when the agreement is complete.
"106276-EPAG-Multatech "Railroad Fee Assistance and Crossin
g Inventory Management" Professional Services Contract" Histor
y
Document created by Andrea Munoz (Andrea. Munoz@fortworthtexas.gov)
2025-05-09 - 1:13:25 AM GMT- IP address: 204.10.90.100
P. Document emailed to Kevin Isu (Kevin.lsu@fortworthtexas.gov) for filling
2025-05-09 - 1:29:41 AM GMT
Email viewed by Kevin Isu (Kevin.lsu@fortworthtexas.gov)
2025-05-09 - 1:30:00 AM GMT- IP address: 20.159.64.152
=L Document shared with Seidi Tovar (Seidi.Tovar@fortworthtexas.gov) by Andrea Munoz
(Andrea. Munoz@fortworthtexas.gov)
2025-05-09 - 1:44:43 PM GMT- IP address: 204.10.90.100
40 Andrea Munoz (Andrea. Munoz@fortworthtexas.gov) added alternate approver Donnette
Murphy (Don nette. M u rphy@fortworthtexas. g ov). The original approver Deirdre ONeal
(deirdre.oneal@fortworthtexas.gov) can still approve.
2025-05-09 - 2:03:19 PM GMT- IP address: 204.10.90.100
�i Kevin Isu (Kevin.lsu@fortworthtexas.gov) uploaded the following supporting documents:
cv/ Certificate of Insurance
2025-05-09 - 2:30:52 PM GMT
FoRTW❑RTHg I Paweredhy
Adobe
Acrobat Sign
Form filled by Kevin Isu (Kevin.lsu@fortworthtexas.gov)
Form filling Date: 2025-05-09 - 2:30:52 PM GMT - Time Source: server- IP address: 208.184.124.181
Document emailed to Donnette Murphy (Don nette.Murphy@fortworthtexas.gov) for approval
2025-05-09 - 2:30:59 PM GMT
Document emailed to Deirdre ONeal (deirdre.oneal@fortworthtexas.gov) for approval
2025-05-09 - 2:30:59 PM GMT
Document emailed to Lauren Prieur (Lauren.Prieur@fortworthtexas.gov) for filling
2025-05-09 - 2:30:59 PM GMT
Email viewed by Donnette Murphy (Donnette.Murphy@fortworthtexas.gov)
2025-05-09 - 2:31:12 PM GMT- IP address: 52.244.129.126
Email viewed by Lauren Prieur (Lauren.Prieur@fortworthtexas.gov)
2025-05-09 - 2:33:12 PM GMT- IP address: 20.159.64.152
Document approval delegated to Andrea Munoz (Andrea.Munoz@fortworthtexas.gov) by Donnette Murphy
(Don nette. M u rphy@fortworthtexas.gov)
2025-05-09 - 3:07:20 PM GMT- IP address: 204.10.90.100
FoRTW❑RTHg I Paw m"Y
Adobe
Acrobat Sign
FORTWORTH.
Routing and Transmittal Slip
Transportation & Public Works
Department
DOCUMENT TITLE: Multatech "Railroad Fee Assistance and
Crossing Inventory Management" Professional
Services Contract
M&C: N/A CPN:
N/A CSO:
DOC4:
Date:
4/3/2025
To:
Name
Department
Initials
Date Out
1.
Tai Nguyen
TPW - initial
TN
4-3-2025
2
Kevin Isu
TPW - initial
K►�L
k---f--zz25
3.
Doug Black
Legal — sign contract document
05/14/25
4.
Kelly Porter
TPW - initial
ogBlack
//-vze) '
5.
Lauren Prieur
TPW - initial
05/12/25
6.
Jesica McEachern
ACM — sign contract document
05/16/25
Jannette Goodall
CSO — sign contract document
J t G-d,
05/19/25
Remarks: Donnette Murphy
Risk - initial
t1m
05/09/25
-
Executing a $90,000 contract with Lochmueller Group (dba Multatech)
to assist with the
Citywide Railroad Maintenance Fee contract negotiation and evaluate all city railroad
crossings in Fort Worth, providing improvement recommendations.
NEEDS TO BE NOTARIZED: ❑YES ®No
RUSH: []YES ®No SAME DAY: ❑YES ®No NEXT DAY: ❑YES ❑No
ROUTING TO CSO: N YES No
Action Required: ❑ Attach Signature, Initial and Notary Tabs
❑ As Requested
❑ For Your Information
® Signature/Routing and or Recording
❑ Comment
❑ File
Certificate of Insurance
Return To: Tai.nvuvenna,fortworthtexas.vov at ext
Thank you!
2359 for pick up when completed.