Loading...
HomeMy WebLinkAboutRFP - 10096 Arapahoe Bend Natural Area River Restoration Project RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 1 of 38 REQUEST FOR PROPOSAL 10096 ARAPAHO BEND NATURAL AREA RIVER RESTORATION PROJECT PRE-QUALIFICATION SUBMITTALS DUE: 3:00 PM MT (Mountain Time), January 17, 2024 The City of Fort Collins is requesting proposals from qualified Professionals to provide design and permitting services for the Arapaho Bend Natural Area River Restoration Project. The Professional will also be expected to provide engineering support and oversight during the construction phase, as well as permitting support throughout the project and final closeout. This RFP is utilizing a new multi-stage submittal and evaluation process. Please refer to Section I.B for additional information. As part of the City’s commitment to sustainability, the Pre-qualification Submittal must be submitted online through the Rocky Mountain E-Purchasing System (RMEPS) at http://www.bidnetdirect.com/colorado/city-of-fort-collins. Note: please ensure adequate time to submit proposals through RMEPS. Proposals not submitted by the designated Opening Date and Time will not be accepted by RMEPS. Rocky Mountain E-Purchasing System hosted by BidNet A copy of the RFP may be obtained at http://www.bidnetdirect.com/colorado/city-of -fort-collins. This RFP has been posted utilizing the following Commodity Code(s): 918-15 Architectural Consulting 918-42 Engineering Consulting 918-43 Environmental Consulting 918-72 Lakes, Rivers and Other Waterway Management Consulting Services 925-17 Civil Engineering 925-28 Drainage Engineering 925-35 Environmental Engineering 926-40 Ecological Services 926-41 Ecosystems Development, Management and Protection Services 926-95 Water/Wastewater Conservation Services Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d- 4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age 40 years or older, marital status, disability, sexual orientation, genetic information, or other characteristics protected by law. For the purpose of this policy “sexual orientation” means a person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the workplace, including sexual Financial Services Purchasing Division nd Floor 970.221.6775 970.221.6707 fcgov.com/purchasing RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 2 of 38 harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages in protected activity. Protected activity includes an employee complaining that he or she has been discriminated against in violation of the above policy or participating in an employment discrimination proceeding. The City requires its Professionals to comply with the City’s policy for equal employment opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to all third-party Professionals and their subcontractors/subconsultants at every tier. Public Viewing Copy: The City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to public disclosure by the City pursuant to CORA and City ordinances. Professionals may submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of the proposal, Professionals may redact text and/or data that it deems confidential or proprietary pursuant to CORA. All pricing will be considered public records subject to disclosure under CORA and as such pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the proposal. Failure to provide a public viewing copy will be considered a waiver of any claim of confidentiality under CORA without regard to how the applicant’s proposal or certain pages of the proposal are mark ed confidential, proprietary, or similar. Such statement does not necessarily exempt such documentation from public disclosure if required by CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally, under CORA, trade secrets, confidential commercial information and financial data information may not be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP, Professionals hereby waives any and all claims for damages against the City for the City’s good faith compliance with CORA. All provisions and pricing of any contract resulting from this request for proposal will be public information. Professionals Registration: The City requires new Service Providers/ Professionals receiving awards from the City to submit IRS form W-9 and requires all Service Providers/ Professionals to accept Direct Deposit (Electronic) payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. Please do not submit these documents with your proposal, however, if you take exception to participating in Direct Deposit (Electronic) payments please clearly note such in your proposal as an exception. The City may waive the requirement to participate in Direct Deposit (Electronic) payments at its sole discretion. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or Sham Proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 3 of 38 Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow other state and local governmental agencies, political subdivisions, and/or school districts to utilize the resulting award under all terms and conditions specified and upon agreement by all parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in the current term or in any future terms. The selected Professional shall be required to sign the City’s Agreement prior to commencing services (see sample attached to this document). Sincerely, Gerry Paul Purchasing Director RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 4 of 38 I. BACKGROUND & OBJECTIVE / OVERVIEW A. Objective The City of Fort Collins is requesting proposals from qualified Professionals to provide design and permitting services for the river restoration project. The Professional will also be expected to provide engineering support and oversight during the construction phase, as well as permitting support throughout the project and final closeout with any Conditional Letter of Map Revision (CLOMR) or Letter of Map Revision (LOMR) needs. The goal of this project is to reconnect the floodplain of the Cache la Poudre River (Poudre, hereafter), improve river health metrics, and enhance native fish habitat in the Poudre and adjacent ponds owned by the City of Fort Collins (City, hereafter). The City is seeking a design partner to help transform this reach of the river so that future generations of people, wildlife, and habitats can benefit from improved ecological functions and diversity. B. Proposal Process Overview This RFP is utilizing a new multi-stage proposal and evaluation process. This approach was developed based on recent feedback and is intended to create efficiencies in the selection process for large-scale projects. Specific dates for each stage and their subsets are set forth in Section II. D. The RFP stages are as follows: • Stage 1 – Pre-Qualification Submittal. Interested Professionals meeting the minimum requirements set forth in Section II.C, should submit a Pre-Qualification Submittal as outlined in Section III. These submittals will be reviewed according to the evaluation criteria set forth in Section V.A, and the top-rated firms will advance to Stage 2. • Stage 2 – Proposal Submittal. Top rated firms from the Pre-Qualification Submittal will be invited to submit a full project proposal submittal as outlined in Section IV. These proposals will be evaluated in accordance with the evaluation criteria set forth in Section V.B, and the top-rated firms will advance to Stage 3. Stage 2 will also provide the opportunity for a site visit and pre-proposal meeting. Any questions not addressed at this meeting or arising afterwards should be submitted, in writing via email, to Beth Diven, Buyer II at bdiven@fcgov.com, no later than 3:00 PM MT on February 10, 2025. Please format your e-mail to include: RFP 10096 Arapaho Bend Natural Area River Restoration Project in the subject line. Questions received after this deadline may not be answered. Responses to all questions submitted before the deadline will be addressed in an addendum and emailed to all pre-qualified Professionals. • Stage 3 – Interview. The top-rated Professionals from Stage 2 will be invited to interview. Interviews will likely include a presentation by the Professional and a question and answer period. The Professionals interviews will be evaluated in accordance with the evaluation criteria set forth in Section V.C, and the top-rated Professional will be awarded subject to contract negotiations. C. Project Background Please note that all attachments reference in this section have been uploaded to Bidnet in a .zip folder titled 10096 Attachments. RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 5 of 38 1. Project Site The project site is located on the Poudre River in the City of Fort Collins, Colorado (see separately issued map titled Arapaho Bend Natural Area River Restoration Location Map). Specifically, the project area is in east Fort Collins near Rigden Reservoir and Interstate 25 (I-25). The river reach is just downstream of the Great Western Railway’s bridge and upstream of the I-25 bridge that both cross the Poudre River. The north end of the project area contains the Old Horsetooth Road embankment, including relic concrete bridge abutments. The lands surrounding the site are predominantly owned by the City of Fort Collins with one adjacent private landowner. The land in the project reach is within the City of Fort Collins and Larimer County and are primarily used for outdoor recreation and wildlife habitat. The project reach is delineated by the Federal Emergency Management Agency (FEMA) as a Zone AE with regulatory 0.5 ft floodway (see map titled FEMA Flood Risk Map). The City anticipates the work will be completed under an Army Corp of Engineers Nationwide Permit 27. 2. River Channel Condition The river channel has been straightened along this reach, resulting in increased sediment transport capacity which has led to sediment recruitment through vertical and lateral erosion. This degradation results in a disconnection between the bank, full channel and the floodplain. The riparian area along the project reach is rarely inundated with overbank spills only occurring at 1,500 cubic feet per second (cfs), which data indicates only happens, on average four days per year. In addition to the effect of straightening, the Poudre River has significantly altered hydrology with a reduction in peak flow and baseflows. The hydrology lacks stream power to impact the channel geometry and inhibits the Poudre's ability to do work on the channel banks leading to a relatively straight, homogenous reach. When the river experiences a 50-year flood event or greater, the river divides into two flow paths in this reach. Some flows are conveyed under the I-25 bridge and the rest overtops to go south and returns to the main channel over two miles downstream. During 50 and 100-year flow events, the split flow must be maintained, as altering it would change the extent of the properties mapped within the 100-year floodplain. 3. Riparian Condition On river left in the project area, riparian vegetation widens out into a healthy thicket of mostly native shrubs and trees and several sandy overflow channels. Further out from the channel an older forest of native boxelder and cottonwood trees connects the active riparian zone to the adjacent I-25 pond. This area is closed to the public to protect occupied wildlife habitat including active Bald Eagle, Red-tailed Hawk, and Great Horned Owl nests. Further downstream on river left, the riparian zone is disconnected and sparse. A drier weedy grassland is in the outer floodplain and was once a highway rest stop. On river right in the project area, the riparian area is dominated by older mature cottonwood trees. The riparian area is generally very narrow, except where it widens closer to the I-25 bridge. There are very few younger age forests on river right and little room for overbanking to improve conditions. RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 6 of 38 4. Fish Community The aquatic habitat in the river within the project reach is monotonous, with few riffles or pools present, and a high proportion of silt substrate. Studies of the fish assemblage near this reach have found 11 native and six non-native species (see Attachment E). Fish species richness has decreased over time due to fragmentation by diversions, grade control structures, and modifications to instream habitat. Habitat suitability modeling found that native fish habitat is greater during low flows (approximately 10 cfs) and decreases at flow increases (up to 1,500 cfs). This reduction in habitat occurs when the channel is disconnected from its floodplain fish cannot access slower velocity flows. The I-25 pond on river left has been identified as a priority for restoring native plains fish habitat and possibly exploring reintroduction of priority species like the Plains Topminnow in partnership with Colorado Parks and Wildlife (CPW). The pond has no public access and no CPW management goals. Its average depth is seven feet and has 10 fish species currently present, four of which are native. 5. Completed Work From 2022 – 2023, the Fort Collins Natural Areas Department (FCNAD) and Ayres Associates worked to assess existing conditions of the site from geomorphic, hydrology and hydraulics, vegetation, and aquatic habitat perspectives through multiple site visits and desktop reconnaissance. The team explored site conditions, possible river restoration scopes and concepts, developed river restoration alternatives and finally develop recommendations for restoration projects. A preferred conceptual alternative, alternative G, was selected for full design (Attachment A). This project is based on alternative G and should build upon it for the design of the project. However, FCNAD is open to considering other designs if they meet the design considerations and goals of the project. A report detailing alternative G and the findings of the work with Ayres Associates can be found in Attachment B. FCNAD uses the River Health Assessment Framework (RHAF) to evaluate the river ecosystem. This framework, used along the entire river, uses eight indicators and 21 metrics to assess river health. The project area corresponds with Reach 18 and was last assessed using the RHAF in 2016, with a smaller subset of assessment data gathered by Stillwater Sciences in 2022. Results from that effort can be found in Attachment C. The river is being evaluated by the RHAF during the 2024-25 water year and the results will be available in mid to late 2025. FCNAD also completed the following baseline surveys and engagement in 2023 and 2024: • Bee and butterfly monitoring • Amphibian monitoring • Wetland delineation (Attachment D) • Cultural surveys • Ute ladies’ tresses (Spiranthes diluvialis ) surveys • Preble’s Meadow Jumping Mouse (Zapus hudsonius preblei) surveys RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 7 of 38 6. Design Considerations The City is seeking to improve RHAF metrics in the reach and meet the following criteria: • Improve river channel complexity at flows below 250 cfs • Create floodplain connection points between 500 – 1,500 cfs • Restore aquatic habitat complexity • Develop understanding of sediment supply, transport, and storage and work on improvements to reach-scale sediment dynamics • Restore and widen the active riparian zone to support native habitats and species • Improve the reaches’ ability to recruit and store medium and large wood, as well as mobilize and transport wood at higher flows • Removal of the relic Horsetooth bridge abutments • Support all aspects of native plains fish life cycle • Retain split flows at 50 and 100-year flood events • Conforms to and complies with all regulatory permit requirements • Minimizes short-term and long-term ecological degradation of the Poudre River II. SCOPE OF PROPOSAL A. Scope of Services The City is seeking a qualified Professional to produce 100% engineering designs, construction cost estimates, obtain an approved CLOMR/LOMR from FEMA, provide permitting consultation and support, and engineering support during construction for the Arapaho Bend Natural Area (ABN) river restoration project. The Professional will also be expected to provide construction oversight during the construction phase. Major project tasks are included below but are not limited to the items below. Phase 1: Data Collection & Design Development Project Management The selected Professional will attend a project grounding discussion to understand full scope and history of project, a kick -off meeting, and regularly scheduled progress design status meetings with City staff. Project meetings will likely consist of bi-weekly online calls to facilitate discussion of design-related questions and to share information and progress. Key milestone meetings will be held in person. The City estimates this will be approximately 45 meetings from the kickoff meeting to 100% design and another 25 meetings through construction. FCNAD has collected relevant data regarding the project site including wetland delineation, surveys for Threatened & Endangered Species, and cultural and historical resources. The Professional will collect other relevant data regarding the project site which may include tree surveys, in-channel measurements, topography, utility line locations, and geotechnical surveys. Due to Colorado State Law SB 18-167 regarding utility investigation during design, the Professional (or subconsultant) will be required to perform a Subsurface Utility Engineering (SUE) plan in accordance with State law. This shall include a utility plan RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 8 of 38 developed to Quality Level B or better per ASCE standards and stamped by a licensed Professional Engineer in the State of Colorado. The licensed engineer shall be ASCE 38 certified. • The Professional (or subconsultant) shall have a thorough understanding of subsurface utility engineering and associated standards and requirements • It is anticipated that final SUE plans will be delivered after 30% design, however, preliminary work will likely be required during preliminary design. The same Professional/subconsultant should be used to complete the both the SUE plan and preliminary design. • The Professional shall provide plan sheets to be incorporated into the project plan set, utility logs, memos, utility research, existing plans and as-builts, as well as other information obtained and developed through the SUE process to the City. Develop & Model Design Alternatives The selected Professional will develop design alternatives using an iterative process. Reaching out to local expert partners to check in on the latest scientific/technical information is encouraged. The selected Professional will provide several design variations along with design-support modeling and thorough analysis of hydraulic function, stability, sediment transport, aesthetics, floodplain mapping, and scour issues. All alternatives must meet all local, state, and federal floodplain requirements. A matrix will be provided with impacts analysis provided for each alternative (e.g. geomorphology, floodplain, wetlands, water rights, permitting requirements). Potential U.S. Army Corps of Engineers (USACE) permitting requirements will be provided for each alternative. The City’s team, consisting of project team members and potentially other City staff that are required to provide feedback, with input from the Professional, will select the preferred alternative. Phase 2: 60% Design & Construction Cost Estimate Design Report & Permitting Checklist The Professional will prepare a 60% design following the selection of a preferred alternative. Technical specifications, USACE permits, and cost estimates will be part of this design milestone. The Professional will identify all necessary permits and will initiate the permitting process at 30% design stage. A permitting checklist will be provided to the City detailing required permits and timelines. The selected Professional will be responsible for identifying FEMA permitting associated with this project and initiating the permitting process, including CLOMR. The Professional will coordinate FEMA permitting with the City Floodplain Administrator. CLOMR Submittal At 60% design, if there is confidence in the details of the hydraulic structure, the Professional will be asked to begin the CLOMR submittal. This will involve review through the City of Fort Collins prior to submittal to FEMA. All modeling and reports shall follow the City of Fort Collins Floodplain Modeling Guidelines at https://www.fcgov.com/utilities/img/site_specific/uploads/floodplain-modeling-report- guidelines.pdf?1522697631. The Professional will be responsible for all submittal packages and response to comments from both the City and FEMA. Project team will need to be flexible in the timing of the CLOMR submittal. The “Effective Model” for the CLOMR will be the RiskMap LOMR model which is currently held up due to another RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 9 of 38 project’s re-certification. This project will also need to coordinate with multiple other LOMR’s in the area, both upstream and downstream. Phase 3: 100% Design & Cost Estimate of Final Build After 60% design approval from the City, the Professional will incorporate any necessary changes or revision and complete a 100% design plan. The Professional will provide site analysis drawings, sketches (e.g. cross sections, profiles) for the project area, and a final plan set drawing of each structure. A final report will be submitted to the City that includes all modeling, physical, environmental, and technical information gathered and analyzed to support the alternatives and final design. A detailed cost estimate will be provided of final build costs. Phase 4: Pre-Construction and Construction Support The Professional will be expected to provide engineering support when the City engages a General Contractor. This will include but is not limited to discussing best plans for constructability, staging/access, materials, grades, measurements, permitting restrictions, scheduling, and value-engineering. Once the construction phase has begun, the Professional will provide construction oversight and provide an as-built plan set. Construction oversite will include being on-site every day there is active construction and filling out a daily construction report (Attachment F). Phase 5: LOMR Submittal and Finalization The Professional is expected to prepare a LOMR for the completed ABN project to accurately depict the floodplain on regulatory Flood Insurance Rate Maps (FIRMs). This will be done in coordination with the City’s Floodplain staff and FEMA reviewers. The Professional will conduct hydrologic modeling to prepare and submit a LOMR package according to FEMA requirements, along with the required LOMR fee. The Professional will be expected to work through and address any review comments until final approval of the LOMR. B. Deliverables/Milestones The following represents the City’s anticipated timeline for the project. The City recognizes that some dates will likely be revised as the project progress through each Phase. Milestone Date C. Minimum Qualifications Only Professionals with teams including the individuals with the following areas of expertise will be considered. The City encourages lean teams with overlapping RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 10 of 38 qualifications. • Licensed professional civil engineer with expertise conducting hydraulic and hydrologic analyses as well as proven experience with FEMA CLOMR/LOMR submittals • Geomorphologist with experience in fluvial process, sediment transport analysis, and floodplain development • Ecologist with experience in river systems and wetland habitats • Fish biologist with experience in improving habitat for Colorado native plains fish in lentic and lotic systems • Staff member with experience in Section 404 permitting and relevant state and local permitting • Experience overseeing large construction projects, coordinating with construction contractors, and responding to Requests for Information D. Anticipated Schedule The following represents the City’s target schedule for the RFP. The City reserves the right to amend the target schedule at any time. • RFP issuance: January 3, 2025 • Pre-Qualification Submittal Due: 3:00 PM MT on January 17, 2025 (submitted via BidNet) • Notifications for Proposal Submittal: January 30, 2025 • Site visit Pre-Proposal Meeting: 10:00 AM MT on February 3, 2025 4109 E. Horsetooth Road. Meet in the parking lot closes t to Strauss Cabin ruins • Question deadline: 3:00 PM MT on February 10, 2025 (submitted via email to bdiven@fcgov.com) • Q&A Addendum Issued: By February 14, 2025 • Proposals Due: 3:00 PM MT on February 21, 2025 (submitted via email to bdiven@fcgov.com) • Interviews (tentative): Week of March 17, 2025 • Award of project: End of March 2025 E. Budget The budget for this project is limited to a maximum of $750,000 for Phases 1, 2, 3, 4, and 5. F. Travel & Expenses Subject to the terms of the applicable Work Order, reasonable expenses may be reimbursable per the current rates found at www.gsa.gov . Professional will be required to provide original receipts to the City for all travel expenses. RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 11 of 38 G. Subcontractors/Subconsultants Professional will be responsible for identifying any subcontractors and/or subconsultants in their proposal. Please note that the City will contract solely with the awarded Professional; therefore, subcontractors and/or subconsultants will be the responsibility of the Professional. H. Financial Qualifications (CONFIDENTIAL) Professionals selected as Step 2 finalists may be required to submit a banking reference and the most recent financial statement (audited preferred) including balance sheet and income statement, as well as a statement of cash flows (the “Financial Information”). I. Laws and Regulations The Professional agrees to comply fully with all applicable local, State of Colorado and Federal laws and regulations and municipal ordinances to include American Disabilities Act (ADA). J. Work Orders The awarded Professional will be required to sign the City’s Work Order Type Agreement, a sample of which is attached as Section VII for reference purposes. Each phase of the project is anticipated to be authorized through individual Work Order assignments. Individual Work assignments will be requested and agreed to utilizing the City’s Work Order (included in the Agreement). Each Work Order must include a start and completion date, total cost and a Scope of Work. Subsequent supporting documentation pages may include a project schedule, deliverables, hours, cost detail supporting total cost, and personnel details. Fees outlined in the Work Order will conform with those stated in the Agreement. No Work Order over $7,500 will be considered valid until signed, at a minimum, by the Professional, project manager and Purchasing Department representative. Depending on the cost and nature of the Work, additional signature authorization may be required. Any changes to the dates, cost or scope of any Work Order must be agreed upon in writing utilizing the City’s Change Order (included in the Agreement) and will not be considered valid until signed, at a minimum, by the Professional, project manager and Purchasing Department representative. K. Invoicing and Payment Invoices should be emailed monthly to invoices@fcgov.com with a copy to the Project Manager. The cost of the Work completed shall be paid to the Professional each month following the submittal of a correct invoice by the Professional indicating the project name, Purchase Order number, task description, hours worked, personnel/work type category, hourly rate for each employee/work type category, date of the work performed specific to the task, percentage of that work that has been completed by task, 3rd party supporting documentation with the same detail and a brief progress report. Payments will be made using the prices stated in the Work Order and Agreement. In the event a service is requested which is not stated in the Work Order and/or Agreement, the Professional and the City will negotiate an appropriate unit price for the service prior to the Professional initiating such work. The City pays invoices on Net 30 terms. RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 12 of 38 III. PRE-QUALIFICATION SUBMITTAL Please limit the total length of your pre-qualification submittal to a maximum of twenty-five (25) 8 ½ x 11” pages (excluding cover pages, table of contents, dividers and Acknowledgement form). Font shall be a minimum of 10 Arial and margins are limited to no less than .5” for sides and top/bottom. Extended page sizes, such as 11” x 17”, count as a single page and may be used for detailed pricing. Links to other files or websites shall not be permitted. Submittals that do not conform to these requirements may be rejected. For this submittal, Professionals are required to provide detailed written responses to the following items in the order outlined below. The responses shall be considered technical offers of what Professionals propose to provide and shall be incorporated in the contract award as deemed appropriate by the City. A submittal that does not include all the information required may be deemed non-responsive and subject to rejection. Responses must include all the items in the order listed below. It is suggested that the Professionals include each of the City’s questions with their response immediately following the question. The City of Fort Collins shall not reimburse any firm for costs incurred in the preparation and presentation of their proposal. A. Cover Letter / Executive Summary The Executive Summary should highlight the Professional’s capabilities for the assignment, include a general description of the services offered, and address any unique aspects or benefits provided by the Professional. B. General Information 1. Describe the Professional’s business and background 2. Number of years in the business 3. Details about ownership 4. An overview of services offered and qualifications 5. Size of the firm 6. Location(s) of offices. If multiple, please identify which will be the primary for our account. 7. Has the firm’s ownership changed in the last 5 years? Is the firm likely to change ownership in the next few years? 8. Primary contact information for the company including contact name(s) and title(s), mailing address(s), phone number(s), and email address(s). This information will be used Stage 2 notifications. C. Scope of Proposal 1. Describe the Professional’s approach to developing a set of design alternatives, as well as the communication methods and timelines your firm will use with the City’s Project Manager and other parties. 2. Provide initial conceptual ideas on how the design could build upon and improve the in-channel and riparian zone modifications of Alternative G (Attachment A). Due to budget limitations, it is not anticipated that the final design will include major grading RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 13 of 38 work on Little Bass, Snapper, Beaver, and Cormorant Ponds. D. Firm Capability & Assigned Personnel 1. A list of qualifications for your firm and qualifications and experience of the specific staff members proposed to perform the consulting services described above. Include project team’s relevant project experience in the following areas: experience in design and/or build contracting, fluvial geomorphologic analysis, hydrologic and hy draulic modeling, SUE experience, ecological and wetland restoration, native fish habitat restoration, permitting, preparation of construction drawing and tech. specs, and preparation and submittal of FEMA CLOMRs. Whenever possible, please identify the loc ation of relevant projects, scope of project, year completed, and name of project manager and project engineer(s). 2. Provide similar projects with public agencies in the last five years that have involved the staff proposed to work on this project. Include subconsultants on the team and a brief description of the work. 3. A resume for each professional and technical person assigned to the Agreement, including partners and/or subconsultants, shall be submitted. Please limit resumes to one page. 4. Some functions of this project may require the use of subconsultants. If you intend to utilize subconsultants you must list each and provide resumes for their key personnel. 5. Describe the availability of project personnel to participate in this project in the context of the contractor firm’s other commitments. IV. PROPOSAL SUBMITTAL Only the top-ranked Professional from the Pre-Qualification Submittal will be invited to this stage of the RFP. Please limit the total length of your proposal to a maximum of fifty (50) 8 ½ x 11” pages (excluding cover pages, table of contents, dividers and Acknowledgement form). Font shall be a minimum of 10 Arial and margins are limited to no less than .5” for sides and top/bottom. Extended page sizes, such as 11” x 17”, count as a single page and may be used for detailed pricing. Links to other files or websites shall not be permitted. Proposals that do not conform to these requirements may be rejected. Professionals are required to provide detailed written responses to the following items in the order outlined below. The responses shall be considered technical offers of what Professionals propose to provide and shall be incorporated in the contract award as deemed appropriate by the City. A proposal that does not include all the information required may be deemed non-responsive and subject to rejection. Responses must include all the items in the order listed below. It is suggested that the Professionals include each of the City’s questions with their response. The City of Fort Collins shall not reimburse any Professional for costs incurred in the preparation and presentation of their proposal. A. Executive Summary The Executive Summary should highlight the content of the proposal, including a general description of the program and any unique aspects or benefits provided by your firm. Indicate your availability to participate in the interviews/demonstrations on the proposed dates as stated in the Schedule section. RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 14 of 38 B. Scope of Proposal 1. Provide a detailed narrative of the services proposed if awarded the contract per the scope above. The narrative should include any options that may be beneficial for the City to consider. 2. Describe how the project would be managed and who would have primary responsibility for its timely and professional completion. 3. Briefly describe the approach to execute the scope of work and any exceptions and/or risks. This should include a description of how the analysis will be performed for the various areas identified, the methods and assumptions used, and the limitations of the analysis. 4. Describe the methods and timeline of communication your firm will use with the City’s Project Manager and other parties. 5. Include a description of the software and other analysis tools to be used. 6. Identify what portion of work, if any, may be subcontracted or outsourced to subconsultants. Include all applicable information herein requested for each Professional. C. Availability 1. Can the work be completed in accordance with the Deliverables/Milestones dates set forth in Section II.B? Describe any variations to these dates that, based on your firm’s expertise, would result in changes to these dates. 2. Are other qualified personnel available to assist in meeting the project schedule if required? 3. Is the project team available to attend meetings as required by the Scope of Work? 4. Provide an outline of the schedule for completing tasks. This schedule should be broken down by each of the project 5 phases. D. Firm Capability and Assigned Personnel 1. Provide a final Organization Chart/Proposed Project Team: An organization chart containing the names of all key personnel and subconsultants with titles and their specific task assignment for this Agreement shall be provided in this section. Please indicate main point of contact and final decision maker. These may be two different team members. 2. Describe the experience the proposed team members, including subconsultants, have working together on assignments comparable in breadth to the Arapaho Bend Natural Area river restoration. 3. Describe a project completed by your firm that utilized the same subcontractors as proposed for this assignment. List the subconsultant firm(s), their role in the assignment, and the specific personnel that completed the work . 4. Provide any information that distinguishes Professional from its competition and any additional information applicable to this RFP that might be valuable in assessing Professional’s proposal. 5. References. Provide a minimum of three similar projects with public agencies in the last 5 years that have involved the staff and subcontractors/subconsultants proposed RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 15 of 38 to work on this project. Include the owner’s name, title of project, beginning price, ending price, contact name, email and phone number, subconsultants on the team and a brief description of the work and any change orders. The Professional authorizes the City to verify any and all information contained herein and hereby releases all those concerned providing information as a reference from any liability in connection with any information provided. E. Cost and Work Hours In your response to this proposal, the City would like a detailed accounting of time and costs associated with each phase of this assignment along with the overall anticipated cost for all phases. The following details should be included: 1. Estimated Hours by Task: Provide estimated hours for each proposed task by job title and employee name, including the time required for meetings, conference calls, etc. 2. Cost by Task: Provide the cost of each task identified in the Scope of Proposal section. Provide a total not to exceed cost for the Scope of Proposal. Price all additional services/deliverables separately. 3. Schedule of Rates: Provide a schedule of billing rates by category of employee and job title to be used during the term of the Agreement. This fee schedule will be firm for at least one (1) year from the date of the Agreement. The fee schedule will be used as a basis for determining fees should additional services be necessary. Include a per meeting rate in the event additional meetings are needed. A fee schedule for subconsultants/subcontractors, if used, shall be included. 4. All direct costs (i.e., travel, printing, postage, etc.) specifically attributed to the project and not included in the billing rates must be identified. Reasonable expenses may be reimbursable as per the current rates found at www.gsa.gov. The Professional will be required to provide original receipts to the City for all travel expenses. F. Sustainability/TBL Methodology In concise terms (no more than two pages), please describe your organization’s commitment to sustainability and supporting values. Each element of the TBL sustainability criteria will receive equal consideration in determining the final Sustainability/TBL score. 1. Address how your firm strives to incorporate all three aspects (social, environmental, and economic) of Triple Bottom Line (TBL) sustainable practices into the workplace. Provide examples along with any metrics used to measure success within your firm. 2. Also provide examples of how your firm has incorporated all three aspects of TBL sustainable practices in previous similar projects on which your firm has been the prime Professional. Some examples are provided below: a. Environmental – Experience delivering projects / programs focused on environmental health priorities in the areas of climate resiliency, water quality and watershed protection, regulatory performance, management systems, air quality, renewable energy, sustainable building and design, construction materials management, and solid waste reduction. RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 16 of 38 b. Economic – Experience working and delivering projects with an emphasis on strategic financial planning, job creation, business development, asset management, various project delivery methods, value engineering, regional partnerships, transparency, stakeholder engagement, strategic investments, aging infrastructure, repurposing of existing facilities, and competing financial priorities. c. Social - Experience working and delivering projects, programs, and/or initiatives that support Equity, Diversity, and Inclusion throughout your firm’s workplace, including leadership, and supply chain. Examples of this may be demonstration of working within cultural and language gaps, development of diversity programs, diverse project teams, equitable opportunity vendor supply chain, and how your firm has applied an equity lens to processes such as recruitment, hiring, purchasing, career pathways, salaries, and staff engagement. G. Sample Agreement Included with this request for proposals is a sample Agreement that the City intends to use for obtaining the services of the Professional. The Professional is required to review this Agreement and indicate any objections to the terms of the contract. If revisions to the contractual terms are requested, provide suggested revisions. H. Acknowledgement The Acknowledgement form is attached as Section VI. Complete the attached form indicating the Professional hereby acknowledges receipt of the City of Fort Collins Request for Proposal and acknowledges that the Professional has read and agrees to be fully bound by all of the terms, conditions and other provisions set forth in the RFP. V. REVIEW AND ASSESSMENT CRITERIA A. Pre-Qualification Submittal Professionals will be evaluated on the following criteria. This set of criteria will be the basis for review and assessment solely for the Pre-Qualification Submittal. Top-rated Professionals from this evaluation will be invited to submit a full proposal. The rating scale shall be from 1 to 10, a rating of 1 doesn’t meet minimum requirements, a rating of 5 means the category fulfills the minimum requirements, and 10 exceeds minimum requirements in that category. WEIGHTING FACTOR CATEGORY STANDARD 3.0 Scope of Proposal Does the submittal show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 17 of 38 WEIGHTING CATEGORY STANDARD 3.0 Firm Capability & Assigned Personnel Does the firm have the resources, financial strength, capacity and support capabilities required to successfully complete the project on- time and in-budget? Has the firm successfully completed previous projects of this type and scope? Do the persons who will be working on the project have the necessary skills and qualifications? Are sufficient people of the requisite skills and qualifications assigned to the project? B. Proposal This set of criteria will be the basis for review and assessment solely for the written proposals. Top-rated Professionals from this evaluation will be invited to interview. The rating scale shall be from 1 to 10, a rating of 1 doesn’t meet minimum requirements, a rating of 5 means the category fulfills the minimum requirements, and 10 exceeds minimum requirements in that category. WEIGHTING FACTOR CATEGORY STANDARD 3.0 Scope of Proposal Does the proposal address all elements of the RFP? Does the proposal show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the specifications, Scope of Work, or agreement? 3.0 Firm Capability & Assigned Personnel Does the firm have the resources, financial strength, capacity and support capabilities required to successfully complete the project on- time and in-budget? Has the firm successfully completed previous projects of this type and scope? Do the persons who will be working on the project have the necessary skills and qualifications? Are sufficient people of the requisite skills and qualifications assigned to the project? 2.0 Availability Can the work be completed in the necessary time? Can the target start and completion dates be met? Are other qualified personnel available to assist in meeting the project schedule if required? Is the project team available to attend meetings as required by the Scope of Work? RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 18 of 38 WEIGHTING CATEGORY STANDARD 1.0 Sustainability/TBL Methodology Does the firm demonstrate a commitment to Sustainability and incorporate Triple Bottom Line methodology in both their Scope of Work for the project, and their day-to-day business operating processes and procedures? 2.0 Cost & Work Hours Does the proposal include detailed cost break - down for each cost element as applicable and are the line-item costs competitive? Do the proposed cost and work hours compare favorably with the Project Manager's estimate? Are the work hours presented reasonable for the effort required by each project task or phase? C. Interview This set of criteria will be the basis for review and assessment solely for the interview. The top-rated Professional from the interview will be awarded the Agreement, subject to negotiations. The rating scale shall be from 1 to 10, a rating of 1 doesn’t meet minimum requirements, a rating of 5 means the category fulfills the minimum requirements, and 10 exceeds minimum requirements in that category . WEIGHTING FACTOR QUALIFICATION STANDARD 2.0 Communication Does the firm have the ability to communicate their proposal clearly? Were all components of the presentation understood by the review team? 2.0 Team Cohesion Has the project team worked together before? Do the presenters communicate effectively with each other? 3.0 Scope of Proposal Does the presentation address all elements of the RFP? Does the presentation show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the specifications, Scope of Work, or agreement? RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 19 of 38 VI. ACKNOWLEDGEMENT This form may not be redlined and must be submitted with your proposal. Failure to adhere to these requirements may result in your proposal being rejected. Professional hereby acknowledges receipt of the City of Fort Collins Request for Proposal and acknowledges that it has read and agrees to be fully bound by all of the terms, conditions and other provisions set forth in the RFP 10096 Arapaho Bend Natural Area River Restoration Project and sample Agreement except as otherwise noted. Additionally, Professional hereby makes the following representations to City: a. All of the statements and representations made in this proposal are true to the best of the Professional’s knowledge and belief. b. Professional commits that it is able to meet the terms provided in this proposal. c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof. d. Professional further agrees that the method of award is acceptable. e. Professional also agrees to complete the proposed Agreement with the City of Fort Collins within 10 days of notice of award. If contract is not completed and signed within 10 days, City reserves the right to cancel and award to the next highest rated firm. f. Professional acknowledges receipt of addenda. g. Professional acknowledges no conflict of interest. h. Professional acknowledges that the City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to public disclosure by the City pursuant to CORA and City ordinances. Professionals may submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of the proposal, Professionals may redact text and/or data that it deems confidential or proprietary pursuant to CORA. All pricing will be considered public records subject to disclosure under CORA and as such pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the proposal. Failure to provide a public viewing copy will be considered a waiver of any claim of confidentiality under CORA without regard to how the applicant’s proposal or certain pages of the proposal are marked confidential, proprietary, or similar. Such statement does not necessarily exempt such documentation from public disclosure if required by CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally, under CORA, trade secrets, confidential commercial information and financial data information may not be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP, Professionals hereby waives any and all claims for damages against the City for the City’s good faith compliance with CORA. All provisions and pricing of any contract resulting from this request for proposal will be public information. Legal Firm Name: Physical Address: Remit to Address: RFP 10096 Arapaho Bend Natural Area River Restoration Project Page 20 of 38 Phone: Name of Authorized Agent of Firm: Signature of Authorized Agent: Primary Contact for Project: Title: Email Address: Phone: Cell Phone: NOTE: ACKNOWLEDGMENT IS TO BE SIGNED & RETURNED WITH YOUR PROPOSAL. Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 21 of 38 VII. SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN ) MASTER PROFESSIONAL SERVICES AGREEMENT WORK ORDER TYPE THIS MASTER PROFESSIONAL SERVICES AGREEMENT (AGREEMENT) made and entered into the day and year set forth in the Agreement Period section below, by and between the CITY OF FORT COLLINS, COLORADO, a Colorado Municipal Corporation (CITY) and , a(n) [enter state] [business type] (PROFESSIONAL). WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Service. The PROFESSIONAL agrees to provide Services in accordance with any project Work Orders for , issued by the CITY. Such Work Orders will be incorporated into this Agreement. A blank sample of a Work Order is attached hereto as Exhibit A, consisting of one (1) page and incorporated herein. A general Scope of Services is attached hereto as Exhibit B, consisting of [# of Pages] and incorporated herein. The CITY reserves the right to independently solicit any project rather than issuing a Work Order to the PROFESSIONAL for the same pursuant to this AGREEMENT. Irrespective of references to certain named third parties within this AGREEMENT or any Work Order, the PROFESSIONAL shall be solely responsible for performance of all duties hereunder. The term Service as used in this AGREEMENT shall include the Services and deliverables contained in any Work Order issued by the CITY. The CITY may, at any time during the term of a particular Work Order and without invalidating the Work Order, make changes to the scope of the particular Service. Changes shall be agreed upon in writing by the parties by Change Order, a sample of which is attached hereto as Exhibit C, consisting of one (1) page and incorporated herein. 2. Work Order Schedule. The Services to be performed pursuant to this AGREEMENT shall be performed as specified on each Work Order. Time is of the essence. Any change in schedule must be agreed upon in writing by the parties hereto via a Change Order. 3. Changes. The CITY may, at any time during the term of the AGREEMENT, make changes to the AGREEMENT. Such changes shall be agreed upon in writing by the parties. 4. Agreement Period. This AGREEMENT shall commence , 20 (the Effective Date) and shall continue in full force and effect until , 20 , unless sooner terminated as herein provided. In addition, at the option of the CITY, the AGREEMENT may be extended for additional one (1) year periods not to exceed four (4) additional one-year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties only at the time of renewal. Written notice of renewal shall be provided to the PROFESSIONAL no later than thirty (30) days before AGREEMENT end. Should written Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 22 of 38 notice of renewal be delayed, the parties agree that this AGREEMENT may automatically extend on a month-to-month basis until a renewal is completed. Upon expiration of the final renewal term, the AGREEMENT may continue but not to exceed one (1) year if required to complete any active Work Orders in accordance with Section 8-186 of City Code. 5. Early Termination by CITY. Notwithstanding the time periods contained herein, the CITY may terminate this AGREEMENT at any time without cause or penalty by providing at least ten (10) calendar days written notice of termination to the PROFESSIONAL. In the event of early termination by the CITY, the PROFESSIONAL shall be paid for Services rendered up to the date of termination, subject to the satisfactory performance of the PROFESSIONAL's obligations under this AGREEMENT. PROFESSIONAL shall submit a final invoice within ten (10) calendar days of the effective date of termination. Payment shall be the PROFESSIONAL's sole right and remedy for termination. 6. Notices. All notices provided under this AGREEMENT shall be effective immediately when emailed or three (3) business days from the date of the notice when mailed to the following addresses: PROFESSIONAL: CITY: Copy to: Attn: PO Box 580 Fort Collins, CO 80522 Email Address Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 purchasing@fcgov.com All notices under this AGREEMENT shall be written. 7. Compensation. In consideration of the Services to be performed pursuant to this AGREEMENT, the CITY agrees to pay the PROFESSIONAL [choose one] as designated in Exhibit D, consisting of [# of Pages], attached and incorporated herein. At the election of the CITY, each Work Order may contain a maximum fee, which shall be negotiated by the parties hereto for each Work Order. Partial payments based upon the PROFESSIONAL’s billings and itemized statements are permissible as defined in the applicable Work Order. The amounts of any partial payments shall be based upon the PROFESSIONAL’s City - verified progress in completing the Service(s) to be performed pursuant to the Work Order and upon approval of the PROFESSIONAL’s direct reimbursable expenses. Payment shall be made following acceptance of the Services by the CITY. Itemized invoices shall be emailed to invoices@fcgov.com with a copy to the Project Manager. The cost of the Services completed shall be paid to the PROFESSIONAL following the submittal of a correct itemized invoice by the PROFESSIONAL. The CITY is exempt from sales and use tax. The CITY’s Certificate of Exemption license number is 09804502. A copy of the license is available upon written request. The CITY pays undisputed invoices on Net 30 days from the date of the invoice submittal to the CITY or, for disputed invoices, Net 30 days from the date of CITY Project Manager’s Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 23 of 38 approval. 8. Design and Service Standards. The PROFESSIONAL warrants and shall be responsible for the professional quality, technical accuracy, accessibility requirements under ADA and Public Accommodations and Technology Accessibility sections below, timely completion and the coordination of all Services rendered by the PROFESSIONAL, and the Project Instruments as defined in the Project Instruments and License section below. The PROFESSIONAL shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies from such standards. 9. Indemnification. The PROFESSIONAL shall indemnify, defend, and hold harmless the CITY and its officers and employees, to the maximum extent permitted under Colorado law, against and from any and all actions, suits, claims, demands, or liability of any character whatsoever claimed by the PROFESSIONAL or third parties against the CITY arising out of or related to this AGREEMENT (not limited to contract, tort, intellectual property, accessibility, or otherwise). This obligation extends to reimbursement of the CITY's costs and reasonable attorney’s fees. 10. Insurance. The PROFESSIONAL shall maintain insurance in accordance with Exhibit E, consisting of one (1) page, attached hereto and incorporated herein. 11. Appropriation. To the extent this AGREEMENT, or any provision in it, requires payment of any nature in fiscal years subsequent to the current fiscal year and constitutes a multiple fiscal year debt or financial obligation of the CITY, it shall be subject to annual appropriation by the Fort Collins City Council as required in Article V, Section 8(b) of the City Charter, City Code Section 8-186, and Article X, Section 20 of the Colorado Constitution. The CITY shall have no obligation to continue this AGREEM ENT in any fiscal year for which there are no pledged cash reserves or supporting appropriations pledged irrevocably for purposes of payment obligations herein. Non-appropriation by the CITY shall not be construed as a breach of this AGREEMENT. 12. Project Instruments and License. a. Upon execution of this AGREEMENT, the PROFESSIONAL grants to the CITY an irrevocable, unlimited and royalty free license to use any and all sketches, drawings, as- builts, specifications, designs, blueprints, data files, calculations, studies, analysis, renderings, models, plans, reports, and other Work Order deliverables (Project Instruments), in any form whatsoever and in any medium expressed, for purposes of constructing, using, maintaining, altering and adding to the project, provided that the CITY substantially performs its obligations under the AGREEMENT. The license granted hereunder permits the CITY and third parties reasonably authorized by the CITY to reproduce applicable portions of the Project Instruments for use in performing the Services or construction for the project. In addition, the license granted hereunder shall permit the CITY and third parties reasonably authorized by the CITY to reproduce and utilize the Project Instruments for similar projects, provided however, in such event the PROFESSIONAL shall not be held responsible for the design to the extent the CITY Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 24 of 38 deviates from the Project Instruments. This license shall survive termination of the AGREEMENT by default or otherwise. b. Upon payment under each applicable Work Order, Project Instruments rendered by the PROFESSIONAL shall become the CITY’s property. The PROFESSIONAL shall provide the CITY with the Project Instruments in electronic format in a mutually agreed upon file type. 13. CITY Project Manager. The CITY’s Project Manager will be shown on the specific Work Order and shall make, within the scope of the Project Manager’s authority, all necessary and proper decisions with reference to the Services requested under the applicable Work Order. All requests for contract interpretation, change order and other clarification or instruction shall be directed to the CITY Project Manager. The initial CITY Project Manager for this AGREEMENT is [Enter Name] and can be reached at [Enter Email] or [Enter Phone]. The CITY Project Manager is subject to change by the CITY. 14. Project Status Report. Project status reports may be required by Work Order and shall be submitted to the CITY Project Manager. Failure to provide any required status report may result in the suspension of the processing of any invoice. 15. Independent Contractor. The Services to be performed by the PROFESSIONAL are those of an independent contractor and not of an employee of the CITY. The CITY shall not be responsible for withholding any portion of the PROFESSIONAL's compensation hereunder for the payment of FICA, Workers' Compensation, unemployment insurance, other taxes or benefits or for any other purpose. 16. Personal Services. It is understood that the CITY enters into this AGREEMENT based on the special abilities of the PROFESSIONAL and that this AGREEMENT shall be considered as an AGREEMENT for personal services. Accordingly, the PROFESSIONAL shall neither assign any responsibilities nor delegate any duties arising under this AGREEMENT without the prior written consent of the CITY. 17. Subcontractors/Subconsultants. The PROFESSIONAL may not subcontract any of the Service(s) set forth in any Work Order without the prior written consent of the CITY, which shall not be unreasonably withheld. If any of the Services is subcontracted hereunder, with the consent of the CITY, then the following provisions shall apply: a. the subcontractor/subconsultant must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar Services; b. the subcontractor/subconsultant will be required to comply with all applicable terms of this AGREEMENT; c. the subcontract will not create any contractual relationship between any subcontractor/subconsultant and the CITY, nor will it obligate the CITY to pay or see to Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 25 of 38 the payment of any subcontractor/subconsultant; and d. the Services of the subcontractor/subconsultant will be subject to inspection by the CITY to the same extent as the Service(s) of the PROFESSIONAL. The PROFESSIONAL shall require all subcontractor/subconsultants performing Service(s) hereunder to maintain insurance coverage naming the CITY as an additional insured under this AGREEMENT in accordance with Exhibit E. The PROFESSIONAL shall maintain a copy of each subcontractor’s/subconsultant’s certificate evidencing the required insurance. Upon request, the PROFESSIONAL shall promptly provide the CITY with a copy of the certificate(s) within two (2) business days. The PROFESSIONAL shall be responsible for any liability directly or indirectly arising out of the Services performed under this AGREEMENT by a subcontractor/subconsultant, which liability is not covered by the subcontractor/subconsultant's insurance. 18. Acceptance Not Waiver. The CITY's approval of Project Instruments furnished hereunder shall not in any way relieve the PROFESSIONAL of responsibility for the quality or technical accuracy of the Services. The CITY's approval or acceptance of, or payment for, any of the Services shall not be construed to operate as a waiver of any rights or benefits provided to the CITY under this AGREEMENT. 19. Default. Each and every term and condition hereof shall be deemed to be a material element of this AGREEMENT. In the event either party should fail to or refuse to perform according to the terms of this AGREEMENT, that party may be declared in default upon notice. 20. Remedies. In the event a party has been declared in default, that defaulting party shall be allowed a period of ten (10) calendar days from the date of notice within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to: a. terminate the AGREEMENT and seek damages; b. treat the AGREEMENT as continuing and require specific performance; or c. avail themselves of any other remedy at law or equity. In the event of a dispute between the parties regarding this AGREEMENT, each party shall bear its own attorney fees and costs, except as provided for in the Indemnification and Technology Accessibility sections. 21. Entire Agreement; Binding Effect; Authority to Execute. This AGREEMENT, along with all Exhibits, Work Orders and other documents incorporated herein, shall constitute the entire AGREEMENT of the parties regarding this transaction and the matter recited herein. This AGREEMENT shall supersede any prior agreements, promises, or understandings as to the matter recited herein. The AGREEMENT shall be binding upon the parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. Covenants or representations not contained in this AGREEMENT shall not be binding on the parties. In Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 26 of 38 the event of a conflict between the terms of the AGREEMENT and any exhibit or attachment, the terms of the AGREEMENT shall prevail. Each person executing this AGREEMENT affirms that they have the necessary authority to sign on behalf of their respective party and to bind such party to the terms of this AGREEMENT. 22. Law/Severability. The laws of the State of Colorado and the City of Fort Collins Charter and Municipal Code shall govern the construction, interpretation, execution and enforcement of this AGREEMENT—without regard to choice of law or conflict of law principles. The Parties further agree that Larimer County District Court is the proper venue for all disputes. If the CITY subsequently agrees in writing that the matter may be heard in federal court, venue will be in U.S. District Court for the District of Colorado. In the event any provision of this AGREEMENT shall be held invalid or unenforceable by any court of competent jurisdiction, that holding shall not invalidate or render unenforceable any other provision of this AGREEMENT. 23. Prohibition Against Unlawful Discrimination. The PROFESSIONAL acknowledges that the CITY, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. § 2000d to 2000d-4) , C.R.S. § 24-34-401, and any associated State or Federal laws and regulations, strictly prohibits unlawful discrimination based on an individual’s gender (regardless of gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age forty (40) years or older, marital status, disability, sexual orientation, genetic information, or other characteristics protected by law. Pursuant to CITY policy, sexual orientation means a person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality. The CITY also strictly prohibits unlawful harassment in the workplace, including sexual harassment. Further, the CITY strictly prohibits unlawful retaliation against a person who engages in protected activity. Protected activity includes an employee complaining that the employee has been discriminated against in violation of the above policy or participating in an employment discrimination proceeding. The PROFESSIONAL shall comply with the CITY’s policy for equal employment opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to all third-party subcontractors/subconsultants at every tier. 24. ADA and Public Accommodations. In performing the Service(s) required hereunder, the PROFESSIONAL agrees to meet all the requirements of the Americans with Disabilities Act of 1990, C.R.S. § 24-85-101, and all applicable rules and regulations (ADA), and all applicable Colorado public accommodation laws, which are imposed directly on the PROFESSIONAL or which would be imposed on the CITY as a public entity. 25. Technology Accessibility . The PROFESSIONAL represents that the Project Instruments hereunder, shall fully comply with all applicable provisions of C.R.S. § 24-85-101, and the Accessibility Standards for Individuals with a Disability, as established by the State of Colorado Governor’s Office of Information Technology (OIT) pursuant to C.R.S. § 24-85-103 (2.5), including all updates and amendments to those standards as provided by the OIT. Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 27 of 38 The PROFESSIONAL shall also comply with all State of Colorado technology standards related to technology accessibility and with Level AA of the most current version of the Web Content Accessibility Guidelines (WCAG), incorporated in the State of Colorado technology standards. To confirm that the Project Instruments meet these standards, the PROFESSIONAL may be required to demonstrate compliance.  The PROFESSIONAL shall indemnify, save, and hold harmless the CITY against any and all costs, expenses, claims, damages, liability, c ourt awards and other amounts (including attorneys’ fees and related costs) incurred by the CITY in relation to the PROFESSIONAL’s failure to comply with C.R.S. § 24-85-101, or the Accessibility Standards for Individuals with a Disability as established by OIT pursuant to C.R.S. § 24-85-103 (2.5). The CITY may require the PROFESSIONAL’s compliance to the State’s Accessibility Standards to be determined by a third party selected by the CITY to attest to the Project Instruments and software compliance with C.R.S. § 24-85-101, and the Accessibility Standards for Individuals with a Disability as established by OIT pursuant to C.R.S. § 24-85-103 (2.5). 26. Data Privacy . PROFESSIONAL will comply with all applicable data privacy regulations and laws, specifically including Colorado’s Privacy Act C.R.S. § 6-1-1301 et. seq. (the Privacy Act). PROFESSIONAL shall ensure that each person processing any personal data connected to the Services is subject to a duty of confidentiality with respect to the data. If applicable, PROFESSIONAL shall require that any subcontractors meet the obligations of PROFESSIONAL with respect to any personal data connected to this AGREEMENT and corresponding Work Orders. The Parties agree that upon termination of the Services that PROFESSIONAL shall, at the CITY’s choice, delete or return all personal data to the CITY unless retention of the personal data is required by law. PROFESSIONAL shall make available to the CITY all information necessary to demonstrate compliance with the obligations of the Privacy Act. PROFESSIONAL shall allow for, and contribute to, reasonable audits and inspections by the CITY or the CITY’s designated auditor. 27. Governmental Immunity Act. No term or condition of this AGREEMENT shall be construed or interpreted as a waiver, express or implied, of any of the notices, requirements, immunities, rights, benefits, protections, limitations of liability, and other provisions of the Colorado Governmental Immunity Act, C.R.S. § 24-10-101 and under any other applicable law. 28. Colorado Open Records Act. The PROFESSIONAL acknowledges the CITY is a governmental entity subject to the Colorado Open Records Act, C.R.S. § 24-72-200 (CORA), and documents in the CITY’s possession may be considered public records subject to disclosure under CORA. The PROFESSIONAL hereby waives any claim for damages against the CITY for the CITY’s efforts to comply with CORA. 29. Delay . Time is of the essence. Subject to Force Majeure section of this AGREEMENT, if the PROFESSIONAL is temporarily delayed in whole or in part from performing its obligations, Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 28 of 38 then the PROFESSIONAL shall provide written notice to the CITY within two (2) business days defining the nature of the delay. Provision of written notice under this Section shall not operate as a waiver of any rights or benefits provided to the CITY under this AGREEMENT. 30. Force Majeure. No party hereto shall be considered in default in the performance of an obligation hereunder to the extent that performance of such obligation is delayed, hindered, or prevented by force majeure. Force majeure shall be any cause beyond the control of the party that could not reasonably have been foreseen and guarded against. Force majeure includes, but is not limited to, acts of God, fires, riots, pandemics, incendiarism, interference by civil or military authorities, compliance with regulations or orders of military authorities, and acts of war (declared or undeclared), provided the cause could not have been reasonably foreseen and guarded against by the affected party. Force majeure shall not include increases in labor, commodity, utility, material, supply, fuel, or energy costs, or compliance with regulations or orders of civil authorities. To the extent that the performance is actually prevented, the PROFESSIONAL must provide notice to the CITY of such condition within ten (10) days from the onset of the condition. 31. Special Provisions. Special provisions or conditions relating to the Service(s) to be performed pursuant to this AGREEMENT are set forth in Exhibit F - Confidentiality, consisting of four (4) pages, attached hereto and incorporated herein by this reference. 32. Order of Precedence. In the event of a conflict or inconsistency within this AGREEMENT, the conflict or inconsistency shall be resolved by giving preference to the documents in the following order of priority: a. The body of this AGREEMENT (and any written amendment), b. Exhibits to this AGREEMENT, c. Work Order(s) (and any applicable Change Order), and d. the Purchase Order document. 33. Prohibited Terms.  Nothing in any Exhibit, Work Order, or other attachment shall be construed as a waiver of any provision above. Any terms included in any Exhibit, Work Order, or other attachment that requires the CITY to indemnify or hold PROFESSIONAL harmless; requires the CITY to agree to binding arbitration; limits PROFESSIONAL’s liability; or that conflicts with statute, City Charter or City Code in any way, shall be void. [Signature Page Follows] Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 29 of 38 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director Date: ATTEST: APPROVED AS TO FORM: PROFESSIONAL'S NAME By: Printed: Title: Date: Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 30 of 38 EXHIBIT A WORK ORDER FORM PURSUANT TO TA PROFESSIONAL MASTER SERVICES AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND PROFESSIONAL WORK ORDER NUMBER: PROJECT TITLE: ORIGINAL BID/RFP NUMBER & NAME: PROFESSIONAL MASTER SERVICES AGREEMENT EFFECTIVE DATE: Original Contract Date WORK ORDER COMMENCEMENT DATE: WORK ORDER COMPLETION DATE: MAXIMUM FEE (time and reimbursable direct costs): PROJECT DESCRIPTION/SCOPE OF SERVICES: PROFESSIONAL agrees to perform the Service(s) identified above and on the attached forms in accordance with and subject to the terms and conditions contained herein and in the Master Services Agreement (AGREEMENT) between the parties. This Work Order is incorporated into the AGREEMENT, and the AGREEMENT and all prior amendments or other modifications to the AGREEMENT, if any, remain in full force and effect. In the event of a conflict between or ambiguity in the terms of the AGREEMENT and this Work Order (including the attached forms) the AGREEMENT as set forth in the Order of Precedence section of the AGREEMENT shall control. Pricing stated on this Work Order shall be consistent with the pricing in the AGREEMENT or subsequent renewals as of the Work Order commencement date and will be held firm through completion of this Work Order. The attached forms consisting of [choose # of pages] are hereby accepted and incorporated herein and Notice to Proceed is hereby given after all parties have signed this document. PROFESSIONAL: __________________________ Date:___________________ Name, Title ACCEPTANCE: Date: Name, CITY Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 31 of 38 EXHIBIT B GENERAL SCOPE OF WORK Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 32 of 38 EXHIBIT C CHANGE ORDER NO. PROJECT TITLE: PROFESSIONAL: [Company Name] WORK ORDER NUMBER: PO NUMBER: ORIGINAL BID/RFP NUMBER & NAME: DESCRIPTION: 1. Reason for Change: Why is the change required? 2. Description of Change: Provide details of the changes to the Work 3. Change in Work Order Price: 4. Change in Work Order Time: ORIGINAL WORK ORDER PRICE $ .00 TOTAL APPROVED/PENDING CHANGE ORDERS .00 TOTAL THIS CHANGE ORDER .00 TOTAL CHANGE ORDER % OF ORIGINAL WORK ORDER % ADJUSTED WORK ORDER COST $ .00 PROFESSIONAL: __________________________ Date:___________________ Name, Title ACCEPTANCE: Date: Name, CITY Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 33 of 38 EXHIBIT D BID SCHEDULE/COMPENSATION The following pricing shall remain fixed for the initial term of this AGREEMENT. Any applicable price adjustments may only be negotiated and agreed to in writing at the time of renewal. Official Purchasing Document Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 34 of 38 EXHIBIT E INSURANCE REQUIREMENTS The PROFESSIONAL will provide, from insurance companies acceptable to the CITY, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the PROFESSIONAL shall furnish the CITY with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies. In case of the breach of any provision of the Insurance Requirements, the CITY, at its option, may take out and maintain, at the expense of the PROFESSIONAL, insurance as the CITY may deem proper and may deduct the cost of the insurance from any monies which may be due or become due the PROFESSIONAL under this AGREEMENT. Insurance certificates should show the certificate holder as follows: City of Fort Collins Purchasing Division PO Box 580 Fort Collins, CO 80522 The CITY, its officers, agents and employees shall be named as additional insureds on the PROFESSIONAL 's general liability and automobile liability insurance policies by marking the appropriate box or adding a statement to this effect on the certificate, for any claims arising out of work performed under this AGREEMENT. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability . The PROFESSIONAL shall maintain Worker’s Compensation and Employer’s Liability insurance during the life of this AGREEMENT for all of the PROFESSIONAL's employees engaged in work performed under this AGREEMENT. Workers' Compensation & Employer’s Liability insurance shall conform with statutory limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee, or as required by Colorado law. B. General Liability . The PROFESSIONAL shall maintain during the life of this AGREEMENT General Liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this AGREEMENT. Coverage for property damage shall be on a (broad form) basis. The amount of insurance for General Liability shall not be less than $1,000,000 combined single limits for bodily injury and property damage. C. Automobile Liability . The PROFESSIONAL shall maintain during the life of this AGREEMENT Automobile Liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this AGREEMENT. Coverage for property damage shall be on a (broad form) basis. The amount of insurance for Automobile Liability shall not be less than $1,000,000 combined single limits for bodily injury and property damage. D. Errors and Omissions. The PROFESSIONAL shall maintain errors and omissions insurance in the amount of $1,000,000. Official Purchasing Document Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 35 of 38 EXHIBIT F CONFIDENTIALITY IN CONNECTION WITH THE SERVICES to be provided by PROFESSIONAL under this AGREEMENT, the parties agree to comply with reasonable policies and procedures with regard to the exchange and handling of confidential information and other sensitive materials betw een the parties, as set forth below. 1. Definitions. For purposes of this AGREEMENT, the party who owns the referenced information and is disclosing same shall be referenced as the “Disclosing Party.” The party receiving the Disclosing Party’s information shall be referenced as the “Receiving Party.” 2. Confidential Information. Confidential Information controlled by this AGREEMENT refers to information that is not public and/or is proprietary, including but not limited to location information, network security system, business plans, formulae, processes, intellectual property, trade secrets, designs, photographs, plans, drawings, schematics, methods, specifications, samples, reports, mechanical and electronic design drawings, customer lists, financial information, studies, findings, inventions, ideas, CITY customer identifiable information (including account, address, billing, consumption, contact, and other customer data), utility metering data, service billing records, customer equipment information. To the extent practical, Confidential Information shall be marked “Confidential” or “Proprietary.” Nevertheless, PROFESSIONAL shall treat as Confidential Information all customer identifiable information in any form, whether or not bearing a mark of confidentiality or otherwise requested by the CITY, including but not limited to the non-exclusive list of Confidential Information above. In the case of disclosure in non-documentary form of non- customer identifiable information, made orally or by visual inspec tion, the Disclosing Party shall have the right, or, if requested by the Receiving Party, the obligation to confirm in writing the fact and general nature of each disclosure within a reasonable time after it is made in order that it is treated as Confidential Information. Any information disclosed to the other party before the execution of this AGREEMENT and related to the services for which PROFESSIONAL has been engaged shall be considered in the same manner and be subject to the same treatment as the information disclosed after the execution of this AGREEMENT with regard to protecting it as Confidential Information. 3. Use of Confidential Information. Receiving Party hereby agrees that it shall use the Confidential Information solely for the purpose of performing its obligations under this AGREEMENT and not in any way detrimental to Disclosing Party. Receiving Party agrees to use the same degree of care Receiving Party uses with respect to its own proprietary or confidential information, which in any event shall result in a reasonable standard of care to prevent unauthorized use or disclosure of the Confidential Information. Except as otherwise provided herein, Receiving Party shall keep confidential and not disclose the Confidential Information. The CITY and PROFESSIONAL shall cause each of their directors, officers, employees, agents, representatives, and subcontractors to become familiar with, and abide by, the terms of this Exhibit, which shall survive this AGREEMENT as an on-going obligation of the Parties. PROFESSIONAL shall not use such information to obtain any economic or other benefit for itself, or any third party, other than in the performance of obligations under this AGREEMENT. Official Purchasing Document Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 36 of 38 4. Exclusions from Definition. The term “Confidential Information” as used herein does not include any data or information which is already known to the Receiving Party or which before being divulged by the Disclosing Party : (a) was generally known to the public through no wrongful act of the Receiving Party; (b) has been rightfully received by the Receiving Party from a third party without restriction on disclosure and without, to the knowledge of the Receiving Party, a breach of an obligation of confidentiality; (c) has been approved f or release by a written authorization by the other party hereto; or (d) has been disclosed pursuant to a requirement of a governmental agency or by operation of law, subject to Paragraph 5 below. 5. Required Disclosure. Notwithstanding Paragraph 4(d) above, if the Receiving Party receives a request (by interrogatories, requests for information or documents, subpoena, civil investigative demand or similar process, or by federal, state, or local law, including without limitation, the Colorado Open Records Act) to disclose any Confidential Information, the Parties agree the Receiving Party will provide the Disclosing Party with immediate notice of such request, so the Disclosing Party may seek an appropriate protective order before disclosure or waive the Receiving Party’s compliance with this Exhibit. The Receiving Party shall furnish a copy of this Exhibit with any disclosure. Notwithstanding this Paragraph 5, Receiving Party shall not disclose Confidential Information to any person, directly or indirectly, nor use it in any way, except as required by law or authorized in writing by Disclosing Party. 6. Red Flags Rules. If applicable, PROFESSIONAL must implement reasonable policies and procedures to detect, prevent and mitigate the risk of identity theft in compliance with the Identity Theft Red Flags Rules found at 16 Code of Federal Regulations part 681. Further, PROFESSIONAL must take appropriate steps to mitigate identity theft if it occurs with any of the CITY’s covered information and must notify the CITY in writing within twenty -four (24) hours of discovery of any breaches of security or Red Flags to the CITY. 7. Data Protection and Data Security. PROFESSIONAL shall have in place information security safeguards designed to conform to or exceed industry best practices regarding the protection of the confidentiality, integrity and availability of Confidential Information and shall have written agreements requiring any subcontractor to meet those standards. These information security safeguards (the “Information Security Program”) shall be materially consistent with, or more stringent than, the safeguards described in this Exhibit. (a) PROFESSIONAL’s information security safeguards shall address the following elements: • Data Storage, Backups and Disposal • Logical Access Control (e.g., Role-Based) • Information Classification and Handling • Secure Data Transfer (SFTP and Data Transfer Specification) • Secure Web Communications Official Purchasing Document Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 37 of 38 • Network and Security Monitoring • Application Development Security • Application Security Controls and Procedures (User Authentication, Security Controls, and Security Procedures, Policies and Logging) • Incident Response • Vulnerability Assessments • Hosted Services • Personnel Security (b) Subcontractors. PROFESSIONAL may use subcontractors, though such activity shall not release or absolve PROFESSIONAL from the obligation to satisfy all conditions of this AGREEMENT, including the data security measures described in this Exhibit, and to require a substantially similar level of data security, appropriate to the types of services provided and Confidential Information received, for any subcontractor PROFESSIONAL may use. Accordingly, any release of data, confidential information, or failure to protect information under this AGREEMENT by a subcontractor or affiliated party shall be attributed to PROFESSIONAL and may be considered to be a material breach of this AGREEMENT. 8. Information Storage. Confidential Information is not to be stored on any local workstation, laptop, or media such as CD/DVD, USB drives, external hard drives or other similar portable devices unless the PROFESSIONAL can ensure security for the Confidential Information so stored. Workstations or laptops to be used in the Services will be required to have personal firewalls on each, as well as have current, active anti-virus definitions. 9. Continuing Obligation. The agreement not to disclose Confidential Information as set forth in this Exhibit shall apply during the term of the Services and or AGREEMENT and at any time thereafter unless specifically authorized by the CITY in writing. 10. Termination Remedy. If PROFESSIONAL breaches any of the terms of this Exhibit, in the CITY’s sole discretion, the CITY may immediately terminate this AGREEMENT and withdraw PROFESSIONAL’s right to access Confidential Information. 11. Return of Information. Notwithstanding any other provision of this AGREEMENT to provide Project Instruments and work product, all material, i.e., various physical forms of media in which Confidential Information is stored, including but not limited to writings, drawings, tapes, diskettes, prototypes or products, shall remain the sole property of the Disclosing Party and, upon request, shall be promptly returned, together with all copies thereof to the Disclosing Party. Upon return of such materials, all digital and electronic data shall also be deleted in a non-restorable way by which it is no longer available to the Receiving Party. Upon Disclosing Party’s request, written verification of the deletion (including date of deletion) is to be provided to the Disclosing Party within ten (10) days after completion of engagement, whether it be via termination, completion or otherwise. 12. Injunctive Relief. PROFESSIONAL Receiving Party acknowledges that the Disclosing Party may, based upon the representations made in this AGREEMENT, disclose security information that is critical to the continued success of the Discloser’s business. Accordingly, Receiving Party agrees that the Disclosing Party does not have an adequate remedy at law Official Purchasing Document Professional Services Agreement – Work Order Type RFP/BID [# and Title] Page 38 of 38 for breach of this AGREEMENT and therefore, the Disclosing Party shall be entitled, as a non- exclusive remedy, and in addition to an action for damages, to seek and obtain an injunction or decree of specific performance or any other remedy, from a court of competent jurisdiction to enjoin or remedy any violation of this AGREEMENT.