Loading...
HomeMy WebLinkAboutRFP - 10158 Nature-Based Solutions Master PlanRFP 10158 Nature-Based Solutions Master Plan Page 1 of 60 REQUEST FOR PROPOSAL 10158 NATURE-BASED SOLUTIONS MASTER PLAN RFP DUE: 3:00 PM MT (Mountain Time), July 8, 2025 The City of Fort Collins Environmental Planning Team is requesting proposals from qualified Professionals to contract with a stormwater engineer, restoration ecologist and landscape architect team to support the development of a nature-based solutions environmental master plan that focuses on integrating the FEMA/ASLA/EPA nature-based solutions (NbS) framework and the Fort Collins land use development standards for land use entitlements. The Professional will lead the creation of a master plan, and the City staff will lead the effort of collecting user stories focused on planning areas located within the North College and the East Mulberry corridor. This project was supported by grant #23BRIC25-FTCO, issued by the Colorado Division of Homeland Security and Emergency Management. Because this solicitation is federally funded, proposals must NOT include pricing. As part of the City’s commitment to sustainability, proposals 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. All questions should be submitted, in writing via email, to Ed Bonnette, CPM, CPPB, Senior Buyer at ebonnette@fcgov.com, with a copy to Kirk Longstein, Project Manager, at KLongstein@fcgov.com , no later than 3:00 PM MT on June 24, 2025. Please format your e- mail to include: RFP 10158 NATURE-BASED SOLUTIONS MASTER PLAN 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 posted on the Rocky Mountain E-Purchasing System webpage. 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): 90656 Landscape Architecture 90700 ARCHITECTURAL AND ENGINEERING SERVICES, NON-PROFESSIONAL 90714 Architectural Services, Non-Licensed (Not Otherwise Classified) 91842 Engineering Consulting 91892 Urban Planning Consulting 92500 ENGINEERING SERVICES, PROFESSIONAL 92517 Civil Engineering 92528 Drainage Engineering 92533 Engineer Services, Professional 92535 Environmental Engineering 92536 Engineering Services (Not Otherwise Classified) Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 fcgov.com/purchasing RFP 10158 Nature-Based Solutions Master Plan Page 2 of 60 92558 Irrigation; Drainage; Flood Control/Engineering 92561 Land Development and Planning/Engineering 92600 ENVIRONMENTAL AND ECOLOGICAL SERVICES 92640 Ecological 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 ori entation, 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 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 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 i nformation 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 Professionals receiving awards from the City to submit IRS form W-9 and requires all 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 RFP 10158 Nature-Based Solutions Master Plan Page 3 of 60 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. 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 10158 Nature-Based Solutions Master Plan Page 4 of 60 I.BACKGROUND & OBJECTIVE / OVERVIEW A.Objective The City of Fort Collins Environmental Planning team seeks to contract with a stormwater engineer, restoration ecologist and landscape architect team to support the development of a nature-based solutions environmental master plan that focuses on integrating the FEMA/ASLA/EPA nature-based solutions (NbS) framework and the Fort Collins land use development standards for land use entitlements. The Professional will lead the creation of a master plan, and the City staff will lead the effort of collecting user stories focused on planning areas located within the North College and the East Mulberry corridor. The proposed master plan will address the nexus between stormwater management design criteria and natural habitat protections on private property. As Fort Collins planning staff start planning for greater density, promoting innovative nature-based solutions aim to enhance stormwater retention, mitigate flood risks, and provide multiple environmental co- benefits to the community, as we grow denser. As an update to the local FEMA hazard mitigation plan, the master planning process will inform updates to the Land Use Code development standards and the Fort Collins Utilities stormwater design criteria. The vision is to create a master plan; including a mission, vision, goal statement and design standards that integrate nature-based solutions (NbS) to enhance stormwater management at the neighborhood level within small infill parcels and enhance ecologically significant features identified by the Land Use Code and buffered from development. Through the integration of nature-based solutions and heterogeneous habitat design standards, we envision increased resilience to future climate conditions. Specificall y, through the following indicators for success: •Ecological Health: Increased biodiversity, habitat connectivity, and vegetation health. •Stormwater Management: Improve runoff, and improved stormwater infiltration. •Developer Engagement: developer predictability and alignment with the City’s Housing First Policy. •Community Engagement: Strong public support and incorporation of stakeholder feedback. •Cost-Efficiency: Potential for lowered upfront construction and installation costs when compared to gray infrastructure. Best management practices will ensure that ongoing maintenance does not burden future owners. •Regulatory Integration: Alignment with City codes and ecological protection goals. •Public Health: Increased green space and improved community well-being within commercial centers. It is the City’s intent to contract with a single Professional team capable of completing the project in its entirety. The City is federalizing this contract as it may be used with federal funds. The Federal Terms and Conditions are attached to this RFP in Appendix B. Because this project may be completed with federal funds, proposals must NOT include any pricing information. The City will follow Brooks Act procedures and negotiate direct labor and overhead with the most qualified firm. Please submit information regarding any experience you have with federal projects. RFP 10158 Nature-Based Solutions Master Plan Page 5 of 60 II.SCOPE OF PROPOSAL A.Scope of Work Fort Collins is facing increasing environmental challenges, including the management of stormwater on small infill sites and protection of local wildlife habitat corridors adjacent to City-owned natural areas, particularly wetland communities hosting migratory waterfowl. The increasing shift from greenfield development to redevelopment within commercial corridors has placed additional strain on natural systems, increasing the urgency for climate resilient solutions. Existing wetlands, both natural and constructed, play a crucial role in mitigating these impacts by acting as natural water filters, promoting groundwater infiltration, and providing essential habitat for migratory bird concentration areas. Additionally, as Fort Collins begins to focus on redevelopment of commercial centers and infill development, stormwater planning has become a challenge for developers preparing a development program that meets the criteria of the local Land Use Code. Nature-based solutions, such as multiuse stormwater basins and constructed wetlands, have been recognized as effective and environmentally friendly approaches for managing stormwater, improving water quality, and enhancing biodiversity. The NbS Master Plan aims to expand on these existing conditions by achieving the following outcomes: 1.Housing First Policy alignment. Create predictable development standards that demonstrate life cycle cost benefits. 2.The NbS plan will update Appendix B of the Stormwater Design Criteria manual: landscape design. 3.Engage and inventory feedback to define stakeholder needs. 4.Based on stakeholder feedback and user stories, define SMART goals for environmental planning within urban infill/re-development of commercial centers. E.g., mission, vision, value. 5.Develop neighborhood-level design standard for land use planning that builds upon the FEMA/EPA NbS guidance, and the American Society of Landscape Architects for creating vertical structures and heterogeneous habitats. 6.Provide example project designs within the Fort Collins Dry Creek and Cooper Slough drainage basin plans to showcase best practices in NbS. E.g., stormwater park concept plan. 7.Recommend a framework for designing and managing City capital projects; as well as NbS design for public Rights of Way. 8.Provide land developers with concrete design examples and provide predictability within the development review process & land entitlement process. 9.Demonstrate a multi-functional land use approach that utilizes nature-based solutions to design more resilient landscapes that expand community benefit in traditionally underutilized spaces. 10.Ensure that the plan accounts for the necessary resources to implement plan recommendations 11.Provide a connection to Nature in the City and identify opportunities for funding through Capital Improvement Planning (CIP). 12.Connect the dots with Nature in the City and Our Climate Future; identify staff resourcing gaps and make recommendations for City staff resources to deliver on what the plan is promising. RFP 10158 Nature-Based Solutions Master Plan Page 6 of 60 B.Deliverables/Milestones The following key deliverables are included within the project scope and must be produced by the selected Professional. These are the tangible outcomes expected at the end of the project and as approved within the FEMA BRIC grant subrecipient award. Responses to the proposal should outline qualifications and cost estimates related to the following key deliverables: 1.Data collection and analysis: a.Local Environmental and Ecological context b.Incorporate stakeholder user stories (City-staff will lead data collection) c.Infrastructure and Build Environment (e.g., Stormwater Utilities data, sub area plans) d.Local Policy and Colorado State Regulatory Context (e.g., Colorado Water law) e.Ecosystem Services valuation f.Lifecycle maintenance cost comparison between NbS and traditional gray infrastructure 2.Final Master Plan: draft a Nature-Based Solutions Master Plan. a.The Master Plan must provide clear, implementable design guidance—not just conceptual visioning. It should serve as a companion document that bridges the gap between the Strategic Forestry Plan, Nature in the City Design Guidelines, Green Infrastructure Implementation Guide, and Stormwater Landscape Design Standards by offering: i.Prescriptive, outcome-focused direction (e.g., planting density, species lists, buffer widths, soil amendments) to ensure predictability for designers. ii.Visual and written standards (e.g., annotated diagrams, typical sections) that communicate the intended design outcomes and facilitate consistent interpretation. iii.Context-specific guidance for various site typologies, scalable from corridors to larger sites. 3.Concept Plan for a Stormwater Park: develop a concept plan for a stormwater park that integrates nature-based solutions (NbS) to address urban stormwater management, enhance biodiversity, and provide community recreation and education opportunities. the concept plan will be included on a list of future capital projects funded by the City. The Stormwater Park concept should provide a detailed conceptual design that demonstrates how nature-based solutions, flood mitigation, habitat value, and passive recreation can be integrated on a real site. The concept must show: a.How site constraints and opportunities are addressed through design. b.A functional layout with clearly illustrated elements (e.g., channel form, vegetation zones, public access). c.An example of how the design guidelines apply in practice. The following activities are within the project’s scope and should align with the objectives and deliverables highlighted above. Research and Analysis: •Assess stakeholder user stories and customize NbS standards to ensure alignment with Fort Collins Housing First Policy - https://www.fcgov.com/housing/ RFP 10158 Nature-Based Solutions Master Plan Page 7 of 60 •Assess existing stormwater management practices and infrastructure in Fort Collins. a.Understand habitat connectivity and wildlife corridor potential using available secondary data sources. Fort Collins Urban Zones Plan b.Identify local soils that allow for the greatest stormwater infiltration c.Identify high-risk flood areas and neighborhoods with poor stormwater management. Focus on East Mulberry Plan and North College Corridor Plan Design and Planning: •Develop neighborhood-specific stormwater management designs based on NbS principles (bioswales, trees, wetlands). Management analysis and resource recommendations •Review staff levels to ensure successful plan implementation •Identify potential funding sources to support the plans ongoing success Demonstration Project - Concept Plan for a Stormwater Park •Concept design of a park that manages stormwater through nature-based solutions, including but not limited to bioretention areas, constructed wetlands, permeable surfaces, and vegetated swales. •Concept will demonstrate a multifunctional public space that provides recreational opportunities, educational features, and aesthetic enhancements. •The level of detail required is less than 30% design and intended to provide a proposal for a future capital project listed under the local Hazard Mitigation Plan. The following are out-of-scope: •Retrofitting Existing Gray Infrastructure: The project will not focus on modifying or retrofitting traditional “gray” stormwater systems. •NbS solutions will not replace the City’s existing Low Impact Design/Water Quality program and water quality requirements. NbS designs will complement existing stormwater water quality/green infrastructure programs and provide developers with more choices for site constrained development programs. •Stakeholder engagement or any facilitation of stakeholder meetings, workshops, and surveys to gather input from residents and businesses. Anticipated project timeline: •Months 1-4: data collection and aggregation - Research and analysis of current stormwater infrastructure and NbS potential. Internal City stakeholder meetings and collection of City staff user stories •Months 5-8: External stakeholder engagement, community workshops, and user story synthetizes. •Months 9-12: Drafting of NbS stormwater design standards and wetland design standards. •Months 12-16: Finalization of design standards and approval process. C.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 10158 Nature-Based Solutions Master Plan Page 8 of 60 •RFP issuance:June 17, 2025 •Question deadline:3:00 PM MT on June 24, 2025 •Final Addendum Issued:June 27, 2025 •Proposal due date:3:00 PM MT on July 8, 2025 •Interviews (tentative):Week of July 14-25, 2025 •Award of Contract (tentative):August 4, 2025 •Completion of project:December 31, 2026 or before D.Interviews In addition to submitting a written proposal, the top-rated Professionals may be interviewed by the RFP assessment team and asked to participate in an oral presentation to provide an overview of the company, approach to the project and to address questions. The evaluation criteria for the oral interviews will be the same as the criteria for the written evaluations and is included in Section IV. Instead of traditional in-person interviews for the optional interview session, the City may opt to use alternate methods including, but not limited to remote interviews through a platform such as Microsoft Teams or Zoom. E.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. F.Current standards All work and/or materials must meet current standards in force by recognized technical and professional societies, trade and materials supply associations, institutes and organizations, bureaus and testing laboratories, and national, federal, state, county , and local laws, codes and ordinances. G.Fees, Licenses, Permits The successful Professional shall be responsible for obtaining any necessary licenses, fees or permits without additional expense to the City. All vehicles and equipment shall be properly licensed and insured, carry the appropriate permits and be placarded as required by law. H.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). I.Price Schedule This RFP will NOT have a Price Schedule included as this competitive process will follow the Brooks Act federal funding requirements. Meaning this will be a two-step qualifications based selection process with the selections based on each Professional’s RFP 10158 Nature-Based Solutions Master Plan Page 9 of 60 demonstrated competence and qualifications. After the final selection is made by the City based on the Professional’s qualifications, the City will request the top ranked firm to submit a fee proposal stating direct and indirect costs. This fee proposal will be the basis for the parties to negotiate the contract pricing. In the event a fee is not agreed upon in a reasonable time, the City will conclude negotiations with the top-ranked firm and initiate negotiations with the second-ranked firm. Billings and payments will be made using this negotiated Price Schedule. J.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 Agreement. In the event a service is requested which is not stated in the 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. III.PROPOSAL SUBMITTAL 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 firm for costs incurred in the preparation and presentation of their proposal. A.Cover Letter / Executive Summary The Executive Summary should highlight the content of the proposal and features of the program offered, 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 on the proposed dates as stated in the Schedule section. RFP 10158 Nature-Based Solutions Master Plan Page 10 of 60 B.Professional 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.Primary contact information for the company including contact name(s) and title(s), mailing address(s), phone number(s), and email address(s). C.Scope of Proposal Please provide detailed responses to the items below. Responses should align with the evaluation criteria established under the Brooks Act and the priorities outlined in the FEMA BRIC grant. Emphasis should be placed on multidisciplinary integration, regulatory relevance, nature-based infrastructure design, and cost-effective, implementable planning solutions that support long-term resilience and ecological function. 1.Proposed Services Narrative Describe the full range of services your team proposes to deliver. Address how your proposal aligns with the FEMA BRIC-funded Scope of Work, including the development of a regulatory gap analysis, design guidance, ecological performance goals, and a concept-level stormwater park. Include any additional services or approaches that may enhance the project’s value, feasibility, or impact. 2.Project Management & Responsibility Explain how the project will be managed and coordinated. Identify the project manager and describe their role in ensuring on-time delivery within the grant’s period of performance, integration across disciplines, and quality control. Discuss team coordination strategies to ensure cross-functional collaboration between engineering, ecology, and design. 3.Execution Strategy, Assumptions & Risks Provide your approach to executing the scope of work, including key assumptions, work methods, phasing, and risk mitigation strategies. Address how you will ensure compliance with FEMA BRIC expectations and deliverables. 4.Communication Plan Describe your communication strategy with the City’s Project Manager and other stakeholders. Include methods, timeline, and platforms used for coordination, data exchange, and decision-making throughout the project’s period of performance. 5.Tools and Software RFP 10158 Nature-Based Solutions Master Plan Page 11 of 60 List all software, analysis platforms, and planning tools your team will use (e.g., GIS, hydrologic models, design visualization, cost-estimating tools). Indicate how these tools support FEMA BRIC deliverables and NbS planning. 6.Subconsultants & Team Structure Identify any subcontracted services or subconsultants. Describe their role, integration into the team, and relevant experience. Ensure that all team members support the goals of ecological resilience, regulatory alignment, and multifunctional infrastructure planning. 7.Schedule Feasibility & Start Date Confirm your ability to meet the project’s period of performance and proposed start date. Note any risks to the schedule and how they will be managed. 8.Availability of Backup Staff Describe the availability of additional personnel or backup staff who can support the project if needed to maintain schedule continuity or supplement technical capacity. 9.Meeting Participation Confirm that the proposed team is available to attend project meetings, including technical work sessions, internal coordination meetings, and public review discussions as outlined in the Scope of Work. 10.Task Schedule & Milestones Provide a draft schedule outlining major project phases, deliverables, and milestones. Align the timeline with the FEMA BRIC grant structure and note periods for City review and approval of draft materials. D.Firm Capability and Assigned Personnel Provide detailed and targeted information demonstrating your team’s capability to successfully deliver the Nature-Based Solutions Master Plan. Responses should clearly reflect the evaluation criteria and showcase experience in stormwater engineering, ecological planning, landscape design, regulatory integration, and public-sector master planning. 1.Proposed Project Team & Organizational Chart a.Provide a visual organization chart showing key personnel, including: i.Project Manager ii.Stormwater Engineer iii.Urban Ecologist iv.Landscape Architect v.Any additional technical or support staff Include roles and responsibilities specific to each task in the Scope of Work. E.g., land entitlements vi.Identify subconsultants, their firm name, and their integration point within the team structure. RFP 10158 Nature-Based Solutions Master Plan Page 12 of 60 2.Resumes (One Page Each) a.For each proposed team member (including subconsultants), provide: i.Title and role on this project ii.Relevant qualifications, certifications, and areas of expertise iii.Summary of experience related to: 1.Nature-based stormwater design (bioswales, wetlands, green streets) 2.Urban ecology and biodiversity-sensitive design 3.Colorado water law, land use code, and policy updates 4.Master planning or public-sector policy work a.At least three project references per individual with contact information 3.Qualifications and Relevant Experience a.Describe your firm’s and team’s experience in delivering projects that demonstrate: i.Integrated, multidisciplinary delivery (engineering, ecology, design) ii.Policy-informed planning that aligns with FEMA hazard mitigation, zoning overlays, or stormwater design criteria iii.Master plan development that resulted in adoption, regulatory change, or capital improvement projects iv.Nature-based solutions applied to infill or constrained urban settings v.Public-sector work with Colorado municipalities or regional agencies vi.Use clear examples that reflect the Scope of Work and Evaluation Matrix. 4.Project References – Similar Master Plans a.Provide at least three public-sector projects from the last five years that are relevant in scope and scale. For each, include: i.Project title and description ii.Owner/client agency and primary contact (name, title, phone, email) iii.Original and final contract amount iv.Subconsultants used (if any) v.Outcomes (e.g., plan adoption, funding secured, integration into local codes) vi.Team members involved (must match proposed staff when applicable) Emphasize projects that included: vii.Nature-based design and stormwater integration viii.Policy development or regulatory alignment RFP 10158 Nature-Based Solutions Master Plan Page 13 of 60 ix.Urban infill or redevelopment contexts 5.Differentiators and Capacity a.Describe any features that distinguish your firm, including: i.Unique tools, frameworks, or methods for ecological design, lifecycle cost evaluation, or public space transformation ii.Experience working in Fort Collins or similar ecological and regulatory environments iii.Capacity to meet deadlines within the timelines defined by the FEMA BRIC grant period of performance, adapt to evolving needs, and support long-term implementation strategies E.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. F.Acknowledgement The Acknowledgement form is attached as Section V. 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. G.Certification Regarding Lobbying: Complete and submit Appendix C: Certification Regarding Lobbying with your proposal. RFP 10158 Nature-Based Solutions Master Plan Page 14 of 60 IV.REVIEW AND ASSESSMENT CRITERIA A.Proposal and Interview Criteria Professionals will be evaluated on the following criteria. This set of criteria will be the basis for review and assessment of the written proposals and optional interview session. At the discretion of the City, interviews of the top-rated Professionals may be conducted. 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 QUESTIONS 5.0 Scope of Proposal -Does the proposal thoroughly address all elements of the RFP and Scope of Work? -Does it demonstrate a deep understanding of the project’s objectives, methodology, and intended outcomes? -Are there any exceptions or limitations to the scope, specifications, or contract terms? -Does the proposed timeline align with project milestones and FEMA requirements? -Are qualified personnel available to meet schedule commitments and attend required meetings? 5.0 Firm Capability & Assigned Personnel -Does the firm demonstrate the financial and operational capacity to deliver a complex, grant- funded public project? -Has the firm successfully completed similar master plans that integrate stormwater and urban ecology? -Are proposed team members appropriately qualified across required disciplines (e.g., stormwater engineering, urban ecology, landscape architecture, zoning/land entitlements)? -Is the staffing plan sufficient to meet workload demands and ensure continuity across all phases of the project? -Does the team have demonstrated experience integrating green infrastructure, urban ecology, and landscape design in infill or constrained sites? -Are they familiar with Fort Collins’ Land Use Code, Stormwater Criteria Manual (Appendix B), Colorado Water Quality Control Commission regulations, and FEMA alignment? -Have they successfully navigated complex permitting, policy updates, or regulatory frameworks in similar jurisdictions? RFP 10158 Nature-Based Solutions Master Plan Page 15 of 60 V.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 10158 NATURE BASED SOLUTIONS MASTER PLAN 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. i.This project was supported by grant #23BRIC25-FTCO, issued by the Colorado Division of Homeland Security and Emergency Management. Legal Firm Name: Physical Address: RFP 10158 Nature-Based Solutions Master Plan Page 16 of 60 Remit to Address: 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. RFP 10158 Nature-Based Solutions Master Plan Page 17 of 60 ATTACHMENTS Appendix A: Research Materials Appendix B: Contract Provisions Under Federal Awards Appendix II to Part 200 Appendix C: Certification Regarding Lobbying (TO BE SUBMITTED WITH PROPOSAL) Appendix D: FEMA GO Application Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 18 of 60 VI.SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN ) PROFESSIONAL SERVICES AGREEMENT This 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 the Scope of Services (Services) attached as Exhibit A, consisting of [# of Pages] and incorporated herein. Irrespective of references in to named third parties in this A greement and its Exhibits, the Professional shall be solely responsible for performance of all duties hereunder. 2.Project Schedule. The Services to be performed pursuant to this Agreement shall be performed in accordance with the Project Schedule attached hereto as Exhibit [choose one], consisting of [# of Pages], and incorporated herein. 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. Agreement shall commence , 20(Year) (the Effective Date) and shall continue in full force and effect until , 20(Year), unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one-year periods not to exceed [choose one] additional one-year period(s). Renewals and pricing changes shall be negotiated by and agreed to by both parties only at the time of renewal. [Any price changes shall not exceed percent (%) per annual renewal]. Written notice of renewal shall be provided to the Professional no later than thirty (30) days prior to Agreement end. 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. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 19 of 60 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: Email Address City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 Email Address City of Fort Collins 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 [on a time and reimbursable direct cost basis] [a fixed fee in the amount of ???? ($????)] [a fixed fee in the amount of ???? ($????) plus reimbursable direct costs. All such fees and costs shall not exceed ???? ($????)] in accordance with Exhibit [choose one], consisting of [# of Pages], attached and incorporated herein. Monthly partial payments based upon the Professional's billings and itemized statements are permissible. The amounts of all such partial payments shall be based upon the Professional's City-verified progress in completing the Services to be performed pursuant hereto and upon the City's approval of the Professional's actual reimbursable expenses. Final payment shall be made following acceptance of the Services by the City. Invoices shall be emailed to invoices@fcgov.com with a copy to the City Project Manager. The cost of the work 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 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 (including but not limited to contract, tort, intellectual property, accessibility, or Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 20 of 60 otherwise). This obligation extends to reimbursement of the City's defense costs and reasonable attorney’s fees. 10.Insurance. The Professional shall maintain insurance in accordance with Exhibit [choose one], consisting of [# of Pages], attached 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 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 Agreement 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 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 use 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 deviates from the Project Instruments. This license shall survive termination of the Agreement by default or otherwise. b.Upon payment of each invoice, associated 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 will designate, before commencement of the Services, the City Project Manager who shall make, within the scope of their authority, all necessary and proper decisions with reference to the Services provided under this Agreement. All requests for contract interpretations, 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. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 21 of 60 14.Project Status Report. Project status reports may be required by Exhibit A – Scope of Services 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 or remitting any portion of the Professional 's compensation hereunder or any other amounts on behalf of Professional 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 Services 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 must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work; b.the subcontractor will be required to comply with all applicable terms of this Agreement; c.the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor; and d.the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Professional. The Professional shall require all subcontractor/subconsultants performing Services hereunder to maintain insurance coverage naming the City as an additional insured under this Agreement and Exhibit [choose one], consisting of [# of Pages], attached and incorporated herein. 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). 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 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 22 of 60 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 and other documents incorporated herein, shall constitute the entire A greement of the parties regarding this transaction and the matter recited herein. This Agreement supersedes 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 regarding the matter recited herein, not contained in this Agreement shall not be binding on the parties. In the event of a conflict between 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 that 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 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.Use by Other Agencies. The City reserves the right to allow other state and local governmental agencies, political subdivisions, and/or school districts (collectively Agency) to use the City’s award determination to the Professional. Use by any other Agency shall Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 23 of 60 not have a negative impact on the City in the current term or in any future terms. Nothing herein shall be deemed to authorize or empower the Agency to act as an agent for the City in connection with the exercise of any rights hereunder, and neither party shall have any right or authority to assume or create any obligation or responsibility on behalf of the other. The other Agency shall be solely responsible for any debts, liabiliti es, damages, claims or expenses incurred in connection with any agreement established solely between the Agency and the Professional. The City’s concurrence hereunder is subject to the Professional’s commitment that this authorization shall not have a negative impact on the Services to be completed for the City. 24.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 prohibit unlawful discrimination, harassment and retaliation. This requirement also applies to all third-party subcontractors/subconsultants at every tier. 25.ADA and Public Accommodations. In performing the Services required hereunder, the Professional agrees to meet all 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. 26.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. 27.Colorado Open Records Act. Professional acknowledges that the City is a governmental entity subject to the Colorado Open Records Act, C.R.S. § 24-72-200, et seq. (CORA), and documents in the City’s possession may be considered public records subject to disclosure under the CORA. The parties agree that this Agreement and all incorporated Exhibits, unless specifically marked as Confidential, are considered public records under the CORA. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 24 of 60 28.Delay. Time is of the essence. Subject to Force Majeure, if the Professional is temporarily delayed in whole or in part from performing its obligations, 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. 29.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 regul ations 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) calendar days from the onset of the condition. 30.Special Provisions. Special provisions or conditions relating to the Services to be performed pursuant to this Agreement are set forth in Exhibit [choose one] - Confidentiality, consisting of four (4) pages incorporated herein. 31.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, and c.The Purchase Order document. 32.Prohibited Terms. Nothing in any Exhibit or other attachment shall be construed as a waiver of any provision above. Any terms included in any Exhibit 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 Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 25 of 60 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 Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 26 of 60 EXHIBIT A SCOPE OF SERVICES Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 27 of 60 EXHIBIT [CHOOSE ONE] 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 Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 28 of 60 EXHIBIT [CHOOSE ONE] 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 bod ily 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. E.Cybersecurity. The Professional shall maintain cybersecurity insurance in the amount of $5,000,000. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 29 of 60 EXHIBIT [CHOOSE ONE] 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 between 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 inspection, 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. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 30 of 60 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. 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 limit ation, 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.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 requirin g 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 •Network and Security Monitoring •Application Development Security •Application Security Controls and Procedures (User Authentication, Security Controls, and Security Procedures, Policies and Logging) Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 31 of 60 •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. 7.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. 8.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. 9.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. 10.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. 11.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 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. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 32 of 60 APPENDIX A Research https://www.researchgate.net/publication/319966448_Biodiversity_Sensitive_Urban_Design https://www.sciencedirect.com/science/article/pii/S0160412021000441 https://royalsocietypublishing.org/doi/full/10.1098/rspb.2023.1424 https://www.frontiersin.org/journals/psychology/articles/10.3389/fpsyg.2018.02320/full https://www.nature.com/articles/s42949-024-00154-z https://e360.yale.edu/features/ecopsychology-how-immersion-in-nature-benefits-your- health#:~:text=These%20studies%20have%20shown%20that,reduce%20anxiety%2C%20and%20improv e%20mood. www.fs.usda.gov/sites/default/files/fs_media/fs_document/urbannatureforhumanhealthandwellbeing_508 _01_30_18.pdf Examples: https://www.psrc.org/our-work/stormwater-parks https://www.nawm.org/pdf_lib/urban_wetland_design_guide_2021.pdf Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 33 of 60 APPENDIX B Contract Provisions Under Federal Awards Appendix II to Part 200 In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the City under the Federal award must contain provisions covering the following, as applicable. (A)Contracts for more than the simplified acquisition threshold ($150,000 or less, if awarded prior to June 20, 2018, or $250,000 or less for procurements awarded after June 20, 2018), which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Breach. Any breach of the Contract by Contractor shall be governed by the termination and remedies provisions of the Contract. Additionally, in the event that the City incurs damages as a result of Contractor’s breach, the City may pursue recovery of such damages from Contractor. The City further retains the right to seek specific performance of the Contract at any time as authorized by law. The City further retains the right to otherwise pursue any remedies available to the City as a result of the Contractor’s breach, including but not limited to administrative, contractual, or legal remedies, as well as any applicable sanctions and penalties. Remedies for Non-Performance. If Contractor fails to perform any of its obligations under this Contract, the City may, at its sole discretion, exercise one or more of the following remedies, which shall survive expiration or termination of this Contract: a.Suspend Performance: County may require that Contractor suspend performance of all or any portion of the Work pending necessary corrective action specified by the County and without entitling Contractor to an increase in compensation or extension of the performance schedule. Contractor must promptly stop performance and incurring costs upon delivery of a notice of suspension by the County. b.Withhold Payment Pending Corrections: County may permit Contractor to correct any rejected Work at the County ’s discretion. Upon County ’s request, Contractor must correct rejected work at Contractor’s sole expense within the time frame established by the County. Upon completion of the corrections satisfactory to the County, County will remit payment to Contractor. c.Deny Payment: County may deny payment for any Work that does not comply with the requirements of the Contract or that Contractor otherwise fails to provide or complete, as determined by the County in its sole discretion. Upon County request, Contractor will promptly refund any amounts prepaid by the County with respect to such non-compliant Work. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 34 of 60 d.Removal: Upon County ’s request, Contractor will remove any of its employees or agents from performance of the Work, if County, in its sole discretion, deems any such person to be incompetent, careless, unsuitable, or otherwise unacceptable. (B)All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. Termination for Convenience. The City may terminate this contract, in whole or in part, ro4 any reason, upon five (5) days written notice to the Contractor. In such event, the Contractor shall be paid its costs, including reasonable contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in a manner the City directs. Termination for Breach. Either Party’s failure to perform any of its material obligations under this Contract, in whole or in part or in a timely or satisfactory manner, will be a breach. The institution of proceedings under any bankruptcy, insolvency, reorganization or simila r law, by or against Contractor, or the appointment of a receiver or similar officer for Contractor or any of its property, which is not vacated or fully stayed within thirty (30) days after the institution of such proceeding, will also constitute a breach. In the event of a breach, the non-breaching Party may provide written notice of the breach to the other Party. If the notified Party does not cure the breach, at its sole expense, within thirty (30) days after delivery of notice, the non-breaching Party may exercise any of its remedies provided under this Contract or at law, including immediate termination of the Contract. (C)Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” Contractor further agrees to include this provision, including the Equal Opportunity Clause or a reference thereto, in any subcontracts it enters into pursuant to the Contract. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 35 of 60 (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientat ion, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the cont ractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the admi nistering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 36 of 60 The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the disc harge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government cont racts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Can cel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assur ance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. (2) [Reserved] (c)Subcontracts. Each nonexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts. (d) Inclusion of the equal opportunity clause by reference. The equal opportunity clause may be included by reference in all Government contracts and subcontracts, including Government bills of lading, transportation requests, contracts for deposit of Government funds, and contracts for issuing and paying U.S. savings bonds and notes, and such other contracts and subcontracts as the Director of OFCCP may designate. (e) Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be considered to be a part of every contract and subcontract required by the order and the regulations in this part to include such a clause whether or not it is physically incorporated in such contracts and whether or not the contract between the agency and the contractor is written. (f)Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to identify properly the parties and their undertakings. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 37 of 60 (D)Not Applicable to this Contract. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The City must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The City must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). Contractor must fully comply with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance therewith, Contractor must pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, Contractors must be required to pay wages not less than once a week. Copeland “Anti-Kickback” Act (40 U.S.C. 3145). Contractor must fully comply with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). Pursuant to the Act, Contractor is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The City shall report all suspected or reported violations of the Copeland “Anti-Kickback” Act to the Federal awarding agency. (E)Not applicable for this contract. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 38 of 60 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Contractor must fully comply with the Contract Work Hours and Safety Standard Act (40 U.S.C. 3701-3708), including 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, Contract is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or Contracts for transportation or transmission of intelligence. a.Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. b.Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a) of this section, in the sum of $26 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a) of this section. c.Withholding for unpaid wages and liquidated damages. The FEMA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b) of this section. d.Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a) through (d) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 39 of 60 contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a) through (d) of this section. (F)Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the City or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the City or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. (G)Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended - Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the City agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H)Debarment and Suspension (Executive Orders 12549 and 12689) - A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Debarment and Suspension (Executive Orders 12549 and 12689). Contractor attests that it is not listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. a. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the Contractor is required to verify that none of the Contractor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). b.The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. c. This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 40 of 60 d.The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. (I)Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). Contractor attests that it has filed the required certification under the Byrd Anti-Lobbying Amendment. Contractor attests that it has certified that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal Contract, grant or any other award covered by 31 U.S.C. 1352. Contractor further attests that it has disclosed, and will continue to disclose, any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. (J)200.323 Procurement of recovered materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Procurement of recovered materials (2 CFR §200.323). All parties agree to comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. a.In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 41 of 60 •Competitively within a timeframe providing for compliance with the contract performance schedule; •Meeting contract performance requirements; or •At a reasonable price. b.Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines web site: https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. c. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. (K)200.216 Prohibition on certain telecommunications and video surveillance services or equipment Prohibition on certain telecommunications and video surveillance services or equipment (2 CFR §200.216). Contractor is prohibited from using equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i)For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii)Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (L)200.322 Domestic preferences for procurements. 2 C.F.R. § 200.322 Domestic preferences for procurements. As appropriate and to the extent consistent with law, Contractor should, to the greatest extent practicable, prefer the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). The requirements of this section must be included in all subawards including all Contracts and purchase orders for work or products under this award. Build America, Buy America (BABA) All iron and steel, manufactured products, and construction materials used in this project must be produced in the United States, in accordance with Build America, Buy America Act requirements, unless a waiver is approved by the funding agency; the contractor shall provide documentation verifying compliance with these requirements. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 42 of 60 (M)2 C.F.R. § 200.321 Small and Minority Businesses, Women’s Business Enterprises, and Labor Surplus Area Firms. The City will take affirmative steps to solicit and include small, minority, and women-owned businesses in an effort to encourage participation and fair competition in providing supplies/services described in this solicitation. If subcontracts are to be let, Contractor must take all necessary affirmative steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. As set forth in 2 C.F.R. § 200.321(b)(1)-(5), such affirmative steps must include: 1.Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2.Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3.Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4.Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5.Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (N)Not applicable for this contract. [Construction or facility improvement Contracts or subcontracts exceeding the Simplified Acquisition Threshold as defined in 2 C.F.R. § 200.88] Bonding requirements (2 C.F.R. § 200.326). Except where the Federal awarding agency or pass-through entity has made a determination that alternative bonding policy and requirements adequately protect the Federal interest, Contractor agrees to comply with the following minimum bonding requirements: (a)Contractor must provide a bid guarantee equivalent to five percent of the bid price. The "bid guarantee" must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the Contractor will, upon acceptance of the bid, execute such Contractual documents as may be required within the time specified. (b)Contractor must provide a performance bond on the part of the Contractor for 100 percent of the Contract price. A "performance bond" is one executed in connection with a Contract to secure fulfillment of all the Contractor's obligations under such Contract. (c)Contractor must provide a payment bond on the part of the Contractor for 100 percent of the Contract price. A "payment bond" is one executed in connection with a Contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the Contract. (O)Bid Protest Procedures City of Fort Collins Bid Protest Procedures The City of Fort Collins has a protest procedure covering any phase of solicitation or award, including but not limited to specification or award. The protest procedures are available Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 43 of 60 from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd Floor, P. O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the procedures by emailing: Purchasing@fcgov.com or calling 970-221-6775. (P)Increasing Seat Belt Use in the United States – Pursuant to Executive Order 13043, 62 FR 19217 (Apr. 18, 1997), the City encourages its contractors to adopt and enforce on - the-job seat belt policies and programs for their employees when operating company- owned, rented, or personally owned vehicles. (Q)Reducing Text Messaging While Driving – Pursuant to Executive Order 13513, 74 FR 51225 (Oct. 6, 2009), the City encourages its employees, subrecipients, and contractors to adopt and enforce policies that ban text messaging while driving, and the City has established workplace safety policies to decrease accidents caused by distracted drivers. This project is supported by grant #23BRIC25-FTCO, issued by the Colorado Division of Homeland Security and Emergency Management. Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 44 of 60 APPENDIX C Certification Regarding Lobbying LOBBYING (31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20) Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an emp loyee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non- Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subr ecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 45 of 60 for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not mor e than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, ________________ ___, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. __________________________ Signature of Contractor's Authorized Official __________________________ Name and Title of Contractor's Authorized Official ___________________________ Date Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 46 of 60 APPENDIX D FEMA GO Application Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 47 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 48 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 49 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 50 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 51 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 52 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 53 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 54 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 55 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 56 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 57 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 58 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 59 of 60 Official Purchasing Document Last updated 4/2025 RFP 10158 Nature-Based Solutions Master Plan Page 60 of 60