Loading...
HomeMy WebLinkAboutRFP - 10197 Vine and Timberline Overpass DesignRFP 10197 Vine and Timberline Overpass Design Page 1 of 49 REQUEST FOR PROPOSAL 10197 VINE AND TIMBERLINE OVERPASS DESIGN RFP DUE: 3:00 PM MT (Mountain Time), October 3, 2025 The City of Fort Collins is requesting proposals from qualified Professionals to provide the City with planning and conceptual engineering design (10% Design), including the review and confirmation of the existing conceptual design documents. At the discretion of the City, this Agreement may be extended to the final design and construction support phases in a typical design-bid-build contracting model. The successful candidate will identify and address all of the tasks, issues and deliverables in their proposal. Prospective teams must possess the expertise and experience necessary to complete the project on time, within the established budget, and be motivated to work with City staff and other stakeholders to accomplish the goals and objectives associated with this project. *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. A pre-proposal meeting will be held at 10:00 AM MT on September 18, 2025. The pre- proposal meeting will be hosted on-line via Microsoft Teams or Zoom. Select or copy/paste the below link into your browser for access to the meeting. Please be prepared to mute your microphone: Microsoft Teams Join the meeting now Meeting ID: 290 321 300 991 8 Passcode: MN2tU2pD Dial in by phone +1 970-628-0892,,374802793# United States, Grand Junction Find a local number Phone conference ID: 374 802 793# All questions should be submitted, in writing via email, to Adam Hill, Senior Buyer at adhill@fcgov.com, with a copy to Gunnar Hale, Project Manager, at ghale@fcgov.com, no later than 3:00 PM MT on September 26, 2025. Please format your e-mail to include: RFP 10197 Vine and Timberline Overpass Design 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. Financial Services Purchasing Division nd Floor 970.221.6775 fcgov.com/purchasing RFP 10197 Vine and Timberline Overpass Design Page 2 of 49 This RFP has been posted utilizing the following Commodity Code(s): 92517 Civil Engineering 92533 Engineer Services, Professional Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d- 4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age 40 years or older, marital status, disability, sexual orientation, genetic information, or other characteristics protected by law. For the purpose of this policy “sexual orientation” means a person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the workplace, including sexual 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 information may not be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP, Professionals hereby waives any and all claims for damages against the City for the City’s good faith compliance with CORA. All provisions and pricing of any contract resulting from this request for proposal will be public information. Professionals Registration: The City requires new 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 10197 Vine and Timberline Overpass Design Page 3 of 49 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 10197 Vine and Timberline Overpass Design Page 4 of 49 I. BACKGROUND & OBJECTIVE / OVERVIEW A. Objective The City of Fort Collins is requesting proposals from qualified Professionals to provide the City with planning and conceptual engineering design (10% Design), preparing a Project Management Plan, data collection, alternatives analysis, preliminary environmental impact analysis. and stakeholder coordination for the Over Vine Rail Priorities and Safety System (OVERPASS) and BNSF grade-separated project. The Project Location Map is included as Attachment 1. The design phase shall be extendable, at the City’s discretion through final design and construction. The successful candidate will identify and address all the tasks, issues, and deliverables in their proposal. Prospective teams must possess the expertise and experience necessary to complete the project on time and within the established budget and be motivated to work with City staff and all other stakeholders to accomplish the goals and objectives associated with this project. Proposing Professionals should have the ability to proceed to the final design and construction support phases in a typical design-bid-build contracting model. It is the City’s intent to hire a single Professional team capable of completing the project in its entirety. The Agreement will be subject to federal procurement regulations and all work under this Agreement shall comply with Section VI, Exhibit G. Appendix II: Contract Provisions for Non-Federal Entity Contracts Under Federal Awards since the funding for this study includes federal funds. The selection process for these services will be qualifications based in accordance with the Brooks Act. The cost for these services will be part of the process during the final phase when the City negotiates pricing with the highest rated Professional. At this time, the City will negotiate labor rates for this Agreement. The City requires that interested Professionals DO NOT PROVIDE PRICING as part of their initial proposal for this solicitation. The phases for this solicitation are outlined as follows: Phase 1 – Proposal evaluation based on qualifications Phase 2 – Interview evaluation Phase 3 – Project and price negotiations Please submit information regarding any experience you have with federal projects. B. Background The project is currently funded by a Railroad Crossing Elimination Grant through conceptual design. The submitted grant is included as Attachment 2. This grant and other funding sources will be evaluated and pursued with the selected team as the project moves forward to fund final design and construction of the project. As part of the Transportation Capital Projects Prioritization Study completed in 2023 a conceptual drawing and estimate were completed for the Timberline and Vine Overpass. It is expected that a proposing firm be capable of reviewing and confirming the conceptual designs and work product, and updating the scope as needed. This information will be shared with the awarded Professional. The Vine and Timberline Overpass project is important to the City for the following reasons: RFP 10197 Vine and Timberline Overpass Design Page 5 of 49 • Safety – Improve safety along arterial streets and at intersections for all road users, with an emphasis on vulnerable road users. Making arterial streets safer by providing separated bicycle facilities and creating safer intersections for bikes and pedestrians to cross arterial streets is a core piece of the City’s Active Modes Plan and Vision Zero Action Plan. There have been 7 accidents reported at this intersection with 2 occurring in the past 5 years. • Traffic Congestion – Northeast Fort Collins is expected to grow significantly in the next 3-5 years, new developments are ready to handle the influx of new residents with 12 housing developments currently entitled and under construction or planned. Over 10,000 dwellings are planned and there is an additional 150 acres to support another 3,300 dwellings. All work associated with the project must be in accordance with CDOT specifications and Larimer County Urban Area Street Standards (LCUASS), unless otherwise approved by the City. All plans must be prepared in CDOT format, and specifications must be written in the format of the latest CDOT Standard Specifications for Road and Bridge Construction. The Professional should present their experience and abilities regarding the following: • Plan preparation and coordination involving all aspects of design and structural engineering • Thorough understanding and experience constructing on/over an existing railroad crossing and construction techniques. • Knowledge and understanding of pedestrian and bicycle design practices and procedures for designing successful multi-modal connections • Ability to work effectively as part of a team in a fast-paced project development environment II. SCOPE OF PROPOSAL A. Scope of Work The scope of work is fully outlined in the attached Planning RCE PMP Template as Attachment 3, provided below are excerpts from the document for each of the tasks to be performed. Task 1: Project Administration and Management 1. Subtask 1.1: Project Administration A. The Professional will perform all tasks required for the Project through a coordinated process, which will involve affected railroad owners, operators, and funding partners 2. Subtask 1.2: Project Management Plan B. The Professional will prepare a Project Management Plan (PMP), that describes how the Project will be implemented and monitored to ensure effective, efficient, and safe delivery of the Project on time and within budget. The PMP will describe, in detail, the activities and steps necessary to complete the tasks outlined in this Statement of Work. C. The Professional will submit the PMP to Federal Railroad Administration (FRA) for review and approval. The Professional will implement the Project as RFP 10197 Vine and Timberline Overpass Design Page 6 of 49 described in the approved PMP. The Professional will not begin work on subsequent tasks until FRA has provided written approval of the PMP 3. Subtask 1.3: Project Closeout D. The Professional will submit a Final Performance Report which should describe the cumulative activities of the Project, including a complete description of the Professional’s achievements with respect to the Project objectives and milestones. Task 2: Purpose & Need Statement and Stakeholder Coordination Plan 1. Subtask 2.1: Preliminary Purpose and Need Statement The Professional will develop, and submit to FRA for approval, a preliminary Purpose and Need statement to serve as the foundation for the Alternatives Analysis. The preliminary Purpose and Need is for project planning and will be subject to agency and public review and comment as part of a potential future NEPA process. 2. Subtask 2.2: Stakeholder Coordination Plan A Stakeholder Coordination Plan will need to identify key contacts within agencies, civic and business groups, public officials, relevant interest groups, present and potential riders/users, private service providers/shippers, other key stakeholder groups, and the public. The Stakeholder Coordination Plan will also identify potential state, local, and Federal agencies that should be consulted with. The plan will identify involvement activities linked to key milestones in the planning/conceptual engineering and alternatives analysis process and align with the Detailed Project Schedule from Task 1. The Professional will prepare, and submit to FRA for approval, a Stakeholder Coordination Plan. Task 3: Alternatives Analysis 1. Subtask 3.1: Existing Conditions The Professional will assess the condition of current rail operations and infrastructure and other conditions within the project area. This should include information on the roadway crossing characteristics, train operations and safety, maintenance activities, engineering/capacity constraints of the existing facilities or infrastructure. Identify any planned or programmed infrastructure improvements contained in state and local planning documents and check to see if rail operators have planned infrastructure enhancements. 2. Subtask 3.2 Transportation Technical Analysis The Professional will conduct a transportation technical analysis of the railroad crossing. The Federal Highway Administration Scoping and Conducting Data- Driven 21st Century Transportation System Analyses (2017)0F1 document can be used as a reference to help scope the technical analysis. The transportation technical analysis should be completed for each alternative. An existing conditions report will be submitted this phase RFP 10197 Vine and Timberline Overpass Design Page 7 of 49 3. Subtask 3.3: Conceptual Engineering The Professional will develop conceptual engineering to a level sufficient to identify necessary infrastructure improvements and determine the cost estimates for each alternative. Conceptual engineering will include developing design criteria, track work concepts, structural concepts and roadway crossing concepts for grade separation or closure, track relocation, installation of protective devices (signals, signs, other and measures that improve safety), mobility enhancements, and technology solutions, etc. The Professional will coordinate with key stakeholders including FRA on this task. The conceptual engineering designs will form the basis of the Project design and construction. The scope elements should fulfil the high- level conceptual engineering requirements found in the Railroad Capital Project Guidance (2025). 4. Subtask 3.4: Capital Cost Estimate The objective of this task is to identify the capital cost to design, construct, and implement the proposed project. The Professional will provide capital cost estimates for each alternative, including quantity and unit cost of each element relating to core track structures, roadway crossing enhancements, land acquisition, contingencies, and any new facilities or upgrades required for train operations. 5. Subtask 3.5: Preliminary Environmental Impact Analysis The objective of this task to is to identify key environmental considerations in the development of alternatives to support future lifecycle stages of the project. The Professional will perform a high-level qualitative socioeconomic, cultural, human environment, and natural environmental resource inventory and preliminary effects analysis as part of the development and screening of options concurrently with tasks 3.3 and 3.4. The Professional can use the Railroad Capital Project Guidance (2025) document as a high-level reference for developing the preliminary environmental analysis. B. Deliverables/Milestones The selected professional must be able to submit the PMP for a draft review to the FRA by January 16th, 2026, and make corrections as needed to gain approval from the FRA by February 28th, 2026. The final performance report must be complete and accepted by August 31, 2027. C. Minimum Qualifications The selected Professional will have the necessary experience, certifications, and licenses to perform the full scope of work defined in this RFP. D. Anticipated Schedule The following represents the City’s target schedule for the RFP. The City reserves the right to amend the target schedule at any time. RFP 10197 Vine and Timberline Overpass Design Page 8 of 49 • RFP issuance: September 10, 2025 • Pre-Proposal Meeting: 10:00 AM MT on September 18, 2025 • Question deadline: 3:00 PM MT on September 26, 2025 • Final Addendum Issued: September 29, 2025 • Proposal due date: 3:00 PM MT on October 3, 2025 • Interviews (tentative): Week of October 20, 2025 • Award of Contract (tentative): Week of October 27, 2025 E. 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. F. Travel & Expenses Subject to the terms of the applicable Work Order, reasonable expenses may be reimbursable per the current rates found at www.gsa.gov. Professional will be required to provide original receipts to the City for all travel expenses. G. Subcontractors/Subconsultants Professional will be responsible for identifying any subcontractors and/or subconsultants in their proposal. Please note that the City will contract solely with the awarded Professional; therefore, subcontractors and/or subconsultants will be the responsibility of the Professional. H. Financial Qualifications (CONFIDENTIAL) Professionals selected as finalists may be required to submit a banking reference and the most recent financial statement (audited preferred) including balance sheet and income statement, as well as a statement of cash flows (the “Financial Information”). I. 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. J. 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. RFP 10197 Vine and Timberline Overpass Design Page 9 of 49 K. 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). L. Work Orders The awarded Professional(s) will be required to sign the City’s Work Order Type Agreement, a sample of which is attached as Section VI for reference purposes. In the event that the City has agreements with multiple Professionals for the Work, the City reserves the right to request proposals for individual Work Order assignments from the awarded Professionals or assign Work Orders directly to a Professional at its sole discretion. Selection for individual Work Orders may be based on, but not limited to, availability, approach, prior experience, firm capability, and cost. Individual Work assignments will be requested and agreed to utilizing the City’s Work Order (included in the Agreement). Each Work Order must include a start and completion date, total cost and a Scope of Work. Subsequent supporting documentation pages may include a project schedule, deliverables, hours, cost detail supporting total cost, and personnel details. Fees outlined in the Work Order will conform with those stated in the Agreement. No Work Order over $7,500 will be considered valid until signed, at a minimum, by the Professional, project manager and Purchasing Department representative. Depending on the cost and nature of the Work, additional signature authorization may be required. Any changes to the dates, cost or scope of any Work Order must be agreed upon in writing utilizing the City’s Change Order (included in the Agreement) and will not be considered valid until signed, at a minimum, by the Professional, project manager and Purchasing Department representative. M. Invoicing and Payment Invoices should be emailed monthly to invoices@fcgov.com with a copy to the Project Manager. The cost of the work completed shall be paid to the Professional each month following the submittal of a correct invoice by the Professional indicating the project name, Purchase Order number, task description, hours worked, personnel/work type category, hourly rate for each employee/work type category, date of the work performed specific to the task, percentage of that work that has been completed by task, 3rd party supporting documentation with the same detail and a brief progress report. Payments will be made using the prices stated in the Work Order and Agreement. In the event a service is requested which is not stated in the Work Order and/or Agreement, the Professional and the City will negotiate an appropriate unit price for the service prior to the Professional initiating such work. The City pays invoices on Net 30 terms. III. PROPOSAL SUBMITTAL Please limit the total length of your proposal to a maximum of twenty-five (25) 8 ½ x 11” pages (excluding cover pages, table of contents, dividers, resumes, team profiles 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 RFP 10197 Vine and Timberline Overpass Design Page 10 of 49 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/demonstrations on the proposed dates as stated in the Schedule section. 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 1. Provide a detailed narrative of the services proposed if awarded the contract per the scope above. The narrative should include any options that may be beneficial for the City to consider. 2. Describe how the project would be managed and who would have primary responsibility for its timely and professional completion. 3. Briefly describe the approach to execute the scope of work to include the methods and assumptions used, and any exceptions and/or risks. 4. Describe the methods and timeline of communication your firm will use with the City’s Project Manager and other parties. 5. Include a description of the software and other analysis tools to be used. 6. Identify what portion of work, if any, may be subcontracted or outsourced to subconsultants. Include all applicable information herein requested for each Professional. RFP 10197 Vine and Timberline Overpass Design Page 11 of 49 7. Can the work be completed in the necessary timeframe, with target start and completion dates met? 8. Are other qualified personnel available to assist in meeting the project schedule if required? 9. Is the project team available to attend meetings as required by the Scope of Work? 10. Provide an outline of the schedule for completing tasks. D. Firm Capability and Assigned Personnel Provide relevant information regarding previous experience related to this or similar projects, to include the following: 1. Provide an Organization Chart/Proposed Project Team: An organization chart containing the names of all key personnel and subconsultants with titles and their specific task assignment for this Agreement shall be provided in this section. 2. Provide resumes for each professional and technical person to be assigned to the project, including partners, subconsultants, and subcontractors. Please limit resumes to one page. 3. A list of qualifications for your firm and qualifications and experience of the specific staff members proposed to perform the services described above. 4. References. Provide a minimum of three similar projects with public agencies in the last 5 years that have involved the staff and subcontractors/subconsultants proposed to work on this project. Include the owner’s name, title of project, beginning price, ending price, contact name, email and phone number, subconsultants on the team and a brief description of the work and any change orders. The Professional authorizes the City to verify any and all information contained herein and hereby releases all those concerned providing information as a reference from any liability in connection with any information provided. 5. Provide any information that distinguishes Professional from its competition and any additional information applicable to this RFP that might be valuable in assessing Professional’s proposal. E. Sustainability/TBL Methodology In concise terms (no more than two pages), please describe your organization’s commitment to sustainability and supporting values. Each element of the TBL sustainability criteria will receive equal consideration in determining the final Sustainability/TBL score. 1. Address how your firm strives to incorporate all three aspects (social, environmental, and economic) of Triple Bottom Line (TBL) sustainable practices into the workplace. Provide examples along with any metrics used to measure success within your firm. 2. Also provide examples of how your firm has incorporated all three aspects of TBL sustainable practices in previous similar projects on which your firm has been the prime Professional. Some examples are provided below: a. Environmental – Experience delivering projects / programs focused on RFP 10197 Vine and Timberline Overpass Design Page 12 of 49 environmental health priorities in the areas of climate resiliency, water quality and watershed protection, regulatory performance, management systems, air quality, renewable energy, sustainable building and design, construction materials management, and solid waste reduction. b. Economic – Experience working and delivering projects with an emphasis on strategic financial planning, job creation, business development, asset management, various project delivery methods, value engineering, regional partnerships, transparency, stakeholder engagement, strategic investments, aging infrastructure, repurposing of existing facilities, and competing financial priorities. c. Social - Experience working and delivering projects, programs, and/or initiatives that support Equity, Diversity, and Inclusion throughout your firm’s workplace, including leadership, and supply chain. Examples of this may be demonstration of working within cultural and language gaps, development of diversity programs, diverse project teams, equitable opportunity vendor supply chain, and how your firm has applied an equity lens to processes such as recruitment, hiring, purchasing, career pathways, salaries, and staff engagement. F. 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. G. 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. 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. RFP 10197 Vine and Timberline Overpass Design Page 13 of 49 WEIGHTING FACTOR CATEGORY STANDARD QUESTIONS 2.0 Scope of Proposal Does the proposal address all elements of the RFP? Does the proposal show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the specifications, Scope of Work, or agreement? 4.0 Firm Capability & Assigned Personnel Does the firm have the resources, financial strength, capacity and support capabilities required to successfully complete the project on- time and in-budget? Has the firm successfully completed previous projects of this type and scope? Do the persons who will be working on the project have the necessary skills and qualifications? Are sufficient people of the requisite skills and qualifications assigned to the project? 3.0 Availability Can the work be completed in the necessary time? Can the target start and completion dates be met? Are other qualified personnel available to assist in meeting the project schedule if required? Is the project team available to attend meetings as required by the Scope of Work? 1.0 Sustainability/TBL Methodology Does the firm demonstrate a commitment to Sustainability and incorporate Triple Bottom Line methodology in both their Scope of Work for the project, and their day-to-day business operating processes and procedures? Does the firm demonstrate a commitment to all three aspects (social, environmental, and economic) of the Triple Bottom Line (TBL) methodology of sustainability for this project and in their company value system as evidenced by their day-to-day business operating processes, practices and procedures? RFP 10197 Vine and Timberline Overpass Design Page 14 of 49 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 10197 Vine and Timberline Overpass Design and sample Agreement except as otherwise noted. Additionally, Professional hereby makes the following representations to City: a. All of the statements and representations made in this proposal are true to the best of the Professional’s knowledge and belief. b. Professional commits that it is able to meet the terms provided in this proposal. c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof. d. Professional further agrees that the method of award is acceptable. e. Professional also agrees to complete the proposed Agreement with the City of Fort Collins within 10 days of notice of award. If contract is not completed and signed within 10 days, City reserves the right to cancel and award to the next highest rated firm. f. Professional acknowledges receipt of addenda. g. Professional acknowledges no conflict of interest. h. Professional acknowledges that the City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to public disclosure by the City pursuant to CORA and City ordinances. Professionals may submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of the proposal, Professionals may redact text and/or data that it deems confidential or proprietary pursuant to CORA. All pricing will be considered public records subject to disclosure under CORA and as such pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the proposal. Failure to provide a public viewing copy will be considered a waiver of any claim of confidentiality under CORA without regard to how the applicant’s proposal or certain pages of the proposal are marked confidential, proprietary, or similar. Such statement does not necessarily exempt such documentation from public disclosure if required by CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally, under CORA, trade secrets, confidential commercial information and financial data information may not be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP, Professionals hereby waives any and all claims for damages against the City for the City’s good faith compliance with CORA. All provisions and pricing of any contract resulting from this request for proposal will be public information. Legal Firm Name: Physical Address: Remit to Address: Phone: RFP 10197 Vine and Timberline Overpass Design Page 15 of 49 Name of Authorized Agent of Firm: Signature of Authorized Agent: Primary Contact for Project: Title: Email Address: Phone: Cell Phone: NOTE: ACKNOWLEDGMENT IS TO BE SIGNED & RETURNED WITH YOUR PROPOSAL. Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 16 of 49 VI. SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN ) MASTER PROFESSIONAL SERVICES AGREEMENT WORK ORDER TYPE This Master Professional Services Agreement (Agreement) made and entered into the day and year set forth in the Agreement Period section below, by and between the CITY OF FORT COLLINS, COLORADO, a Colorado Municipal Corporation (City) and , a(n) [enter state] [business type] (Professional). WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Service. The Professional agrees to provide Services in accordance with any project Work Orders for 10197 Vine and Timberline Overpass Design, issued by the City. Such Work Orders will be incorporated into this Agreement. A blank sample of a Work Order is attached hereto as Exhibit A, consisting of [# of Pages] and incorporated herein. A general Scope of Services is attached hereto as Exhibit B, consisting of [# of Pages] and incorporated herein. The City reserves the right to independently solicit any project rather than issuing a Work Order to the Professional for the same pursuant to this Agreement. Irrespective of references to certain named third parties within this Agreement or any Work Order, the Professional shall be solely responsible for performance of all duties hereunder. The term Service as used in this Agreement shall include the Services and deliverables contained in any Work Order issued by the City. The City may, at any time during the term of a particular Work Order and without invalidating the Work Order, make changes to the scope of the particular Service. Changes shall be agreed upon in writing by the parties by Change Order, a sample of which is attached hereto as Exhibit C, consisting of [# of Pages] and incorporated herein. 2. Work Order Schedule. The Services to be performed pursuant to this Agreement shall be performed as specified on each Work Order. Time is of the essence. Any change in schedule must be agreed upon in writing by the parties hereto via a Change Order. 3. Changes. The City may, at any time during the term of the Agreement, make changes to the Agreement. Such changes shall be agreed upon in writing by the parties. 4. Agreement Period. This Agreement shall commence , 20(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 (1) year periods not to exceed four (4) additional one-year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties only at the time of renewal. Written notice of renewal shall be provided to the Professional no later than thirty (30) days before Agreement end. Should written notice of renewal be delayed, Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 17 of 49 the parties agree that this Agreement may automatically extend on a month-to-month basis until a renewal is completed. Upon expiration of the final renewal term, the Agreement may continue but not to exceed one (1) year if required to complete any active Work Orders in accordance with Section 8-186 of City Code. 5. Early Termination by City. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause or penalty by providing at least ten (10) calendar days written notice of termination to the Professional. In the event of early termination by the City, the Professional shall be paid for Services rendered up to the date of termination, subject to the satisfactory performance of the Professional 's obligations under this Agreement. Professional shall submit a final invoice within ten (10) calendar days of the effective date of termination. Payment shall be the Professional's sole right and remedy for termination. 6. Notices. All notices provided under this Agreement shall be effective immediately when emailed or three (3) business days from the date of the notice when mailed to the following addresses: Professional: City: Copy to: Attn: Gunnar Hale PO Box 580 Fort Collins, CO 80522 ghale@fcgov.com Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 purchasing@fcgov.com All notices under this Agreement shall be written. 7. Compensation. In consideration of the Services to be performed pursuant to this Agreement, the City agrees to pay the Professional [choose one] as designated in Exhibit D, consisting of [# of Pages], attached and incorporated herein. At the election of the City, each Work Order may contain a maximum fee, which shall be negotiated by the parties hereto for each Work Order. Partial payments based upon the Professional’s billings and itemized statements are permissible as defined in the applicable Work Order. The amounts of any partial payments shall be based upon the Professional’s City-verified progress in completing the Service(s) to be performed pursuant to the Work Order and upon approval of the Professional’s direct reimbursable expenses. Payment shall be made following acceptance of the Services by the City. Itemized invoices shall be emailed to invoices@fcgov.com with a copy to the Project Manager. The cost of the Services completed shall be paid to the Professional following the submittal of a correct itemized invoice by the Professional. The City is exempt from sales and use tax. The City’s Certificate of Exemption license number is 09804502. A copy of the license is available upon written request. Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 18 of 49 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 (not limited to contract, tort, intellectual property, accessibility, or otherwise). This obligation extends to reimbursement of the City's costs and reasonable attorney’s fees. 10. Insurance. The Professional shall maintain insurance in accordance with Exhibit [choose one], consisting of [# of Pages], attached hereto and incorporated herein. 11. Appropriation. To the extent this Agreement, or any provision in it, requires payment of any nature in fiscal years subsequent to the current fiscal year and constitutes a multiple fiscal year debt or financial obligation of the City, it shall be subject to annual appropriation by the Fort Collins City Council as required in Article V, Section 8(b) of the City Charter, City Code Section 8-186, and Article X, Section 20 of the Colorado Constitution. The City shall have no obligation to continue this 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 Work Order deliverables (Project Instruments), in any form whatsoever and in any medium expressed, for purposes of constructing, using, maintaining, altering and adding to the project, provided that the City substantially performs its obligations under the Agreement. The license granted hereunder permits the City and third parties reasonably authorized by the City to reproduce applicable portions of the Project Instruments for use in performing the Services or construction for the project. In addition, the license granted hereunder shall permit the City and third parties reasonably authorized by the City to reproduce and utilize the Project Instruments for similar projects, provided however, in such event the Professional shall Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 19 of 49 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 under each applicable Work Order, Project Instruments rendered by the Professional shall become the City’s property. The Professional shall provide the City with the Project Instruments in electronic format in a mutually agreed upon file type. 13. City Project Manager. The City’s Project Manager will be shown on the specific Work Order and shall make, within the scope of the Project Manager’s authority, all necessary and proper decisions with reference to the Services requested under the applicable Work Order. All requests for contract interpretation, change order and other clarification or instruction shall be directed to the City Project Manager. The initial City Project Manager for this Agreement is Gunnar Hale and can be reached at ghale@fcgov.com. The City Project Manager is subject to change by the City. 14. Project Status Report. Project status reports may be required by Work Order and shall be submitted to the City Project Manager. Failure to provide any required status report may result in the suspension of the processing of any invoice. 15. Independent Contractor. The Services to be performed by the Professional are those of an independent contractor and not of an employee of the City. The City shall not be responsible for withholding any portion of the Professional's compensation hereunder for the payment of FICA, Workers' Compensation, unemployment insurance, other taxes or benefits or for any other purpose. 16. Personal Services. It is understood that the City enters into this Agreement based on the special abilities of the Professional and that this Agreement shall be considered as an Agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 17. Subcontractors/Subconsultants. The Professional may not subcontract any of the Service(s) set forth in any Work Order without the prior written consent of the City, which shall not be unreasonably withheld. If any of the Services is subcontracted hereunder, with the consent of the City, then the following provisions shall apply: a. the subcontractor/subconsultant must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar Services; b. the subcontractor/subconsultant will be required to comply with all applicable terms of this Agreement; c. the subcontract will not create any contractual relationship between any subcontractor/subconsultant and the City, nor will it obligate the City to pay or see to the payment of any subcontractor/subconsultant; and Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 20 of 49 d. the Services of the subcontractor/subconsultant will be subject to inspection by the City to the same extent as the Service(s) of the Professional. The Professional shall require all subcontractor/subconsultants performing Service(s) hereunder to maintain insurance coverage naming the City as an additional insured under this Agreement in accordance with Exhibit [choose one]. The Professional shall maintain a copy of each subcontractor’s/subconsultant’s certificate evidencing the required insurance. Upon request, the Professional shall promptly provide the City with a copy of the certificate(s) within two (2) business days. The Professional shall be responsible for any liability directly or indirectly arising out of the Services performed under this Agreement by a subcontractor/subconsultant, which liability is not covered by the subcontractor/subconsultant's insurance. 18. Acceptance Not Waiver. The City's approval of Project Instruments furnished hereunder shall not in any way relieve the Professional of responsibility for the quality or technical accuracy of the Services. The City's approval or acceptance of, or payment for, any of the Services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement. 19. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail to or refuse to perform according to the terms of this Agreement, that party may be declared in default upon notice. 20. Remedies. In the event a party has been declared in default, that defaulting party shall be allowed a period of ten (10) calendar days from the date of notice within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to: a. terminate the Agreement and seek damages; b. treat the Agreement as continuing and require specific performance; or c. avail themselves of any other remedy at law or equity. In the event of a dispute between the parties regarding this Agreement, each party shall bear its own attorney fees and costs, except as provided for in the Indemnification and Technology Accessibility sections. 21. Entire Agreement; Binding Effect; Authority to Execute. This Agreement, along with all Exhibits, Work Orders and other documents incorporated herein, shall constitute the entire Agreement of the parties regarding this transaction and the matter recited herein. This Agreement shall supersede any prior agreements, promises, or understandings as to the matter recited herein. The Agreement shall be binding upon the parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. In the event of a conflict between the terms of the Agreement and any exhibit or attachment, the Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 21 of 49 terms of the Agreement shall prevail. Each person executing this Agreement affirms that they have the necessary authority to sign on behalf of their respective party and to bind such party to the terms of this Agreement. 22. Law/Severability. The laws of the State of Colorado and the City of Fort Collins Charter and Municipal Code shall govern the construction, interpretation, execution and enforcement of this Agreement —without regard to choice of law or conflict of law principles. The Parties further agree that Larimer County District Court is the proper venue for all disputes. If the City subsequently agrees in writing that the matter may be heard in federal court, venue will be in U.S. District Court for the District of Colorado. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, that holding shall not invalidate or render unenforceable any other provision of this Agreement. 23. Prohibition Against Unlawful Discrimination. The Professional acknowledges that the City, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. § 2000d to 2000d-4) , C.R.S. § 24-34-401, and any associated State or Federal laws and regulations, strictly prohibits unlawful discrimination based on an individual’s gender (regardless of gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age forty (40) years or older, marital status, disability, sexual orientation, genetic information, or other characteristics protected by law. Pursuant to City policy, sexual orientation means a person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the workplace, including sexual harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages in protected activity. Protected activity includes an employee complaining that the employee has been discriminated against in violation of the above policy or participating in an employment discrimination proceeding. The Professional shall comply with the City’s policy for equal employment opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to all third-party subcontractors/subconsultants at every tier. 24. ADA and Public Accommodations. In performing the Service(s) required hereunder, the Professional agrees to meet all the requirements of the Americans with Disabilities Act of 1990, C.R.S. § 24-85-101, and all applicable rules and regulations (ADA), and all applicable Colorado public accommodation laws, which are imposed directly on the Professional or which would be imposed on the City as a public entity. 25. Technology Accessibility. The Professional represents that the Project Instruments hereunder, shall fully comply with all applicable provisions of C.R.S. § 24-85-101, and the Accessibility Standards for Individuals with a Disability, as established by the State of Colorado Governor’s Office of Information Technology (OIT) pursuant to C.R.S. § 24-85-103 (2.5), including all updates and amendments to those standards as provided by the OIT. The Professional shall also comply with all State of Colorado technology standards related to technology accessibility and with Level AA of the most current version of the Web Content Accessibility Guidelines (WCAG), incorporated in the State of Colorado technology Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 22 of 49 standards. To confirm that the Project Instruments meet these standards, the Professional may be required to demonstrate compliance.  The Professional shall indemnify, save, and hold harmless the City against any and all costs, expenses, claims, damages, liability, court awards and other amounts (including attorneys’ fees and related costs) incurred by the City in relation to the Professional’s failure to comply with C.R.S. § 24-85-101, or the Accessibility Standards for Individuals with a Disability as established by OIT pursuant to C.R.S. § 24-85-103 (2.5). The City may require the Professional’s compliance to the State’s Accessibility Standards to be determined by a third party selected by the City to attest to the Project Instruments and software compliance with C.R.S. § 24-85-101, and the Accessibility Standards for Individuals with a Disability as established by OIT pursuant to C.R.S. § 24-85-103 (2.5). 26. Data Privacy. Professional will comply with all applicable data privacy regulations and laws, specifically including Colorado’s Privacy Act C.R.S. § 6-1-1301 et. seq. (the Privacy Act). Professional shall ensure that each person processing any personal data connected to the Services is subject to a duty of confidentiality with respect to the data. If applicable, Professional shall require that any subcontractors meet the obligations of Professional with respect to any personal data connected to this Agreement and corresponding Work Orders. The Parties agree that upon termination of the Services that Professional shall, at the City’s choice, delete or return all personal data to the City unless retention of the personal data is required by law. Professional shall make available to the City all information necessary to demonstrate compliance with the obligations of the Privacy Act. Professional shall allow for, and contribute to, reasonable audits and inspections by the City or the City’s designated auditor. 27. Governmental Immunity Act. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the notices, requirements, immunities, rights, benefits, protections, limitations of liability, and other provisions of the Colorado Governmental Immunity Act, C.R.S. § 24-10-101 and under any other applicable law. 28. Colorado Open Records Act. 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, all incorporated Exhibits, and all future Work Orders, unless specifically marked as Confidential, are considered public records under the CORA. 29. Delay. Time is of the essence. Subject to Force Majeure section of this Agreement, if the Professional is temporarily delayed in whole or in part from performing its obligations, 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. Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 23 of 49 30. Force Majeure. No party hereto shall be considered in default in the performance of an obligation hereunder to the extent that performance of such obligation is delayed, hindered, or prevented by force majeure. Force majeure shall be any cause beyond the control of the party that could not reasonably have been foreseen and guarded against. Force majeure includes, but is not limited to, acts of God, fires, riots, pandemics, incendiarism, interference by civil or military authorities, compliance with regulations or orders of military authorities, and acts of war (declared or undeclared), provided the cause could not have been reasonably foreseen and guarded against by the affected party. Force majeure shall not include increases in labor, commodity, utility, material, supply, fuel, or energy costs, or compliance with regulations or orders of civil authorities. To the extent that the performance is actually prevented, the Professional must provide notice to the City of such condition within ten (10) days from the onset of the condition. 31. Special Provisions. Special provisions or conditions relating to the Service(s) to be performed pursuant to this Agreement are set forth in Exhibit [choose one] - Confidentiality, consisting of [# of Pages], attached hereto and incorporated herein by this reference. 32. Order of Precedence. In the event of a conflict or inconsistency within this Agreement, the conflict or inconsistency shall be resolved by giving preference to the documents in the following order of priority: a. The body of this Agreement (and any written amendment), b. Exhibits to this Agreement, c. Work Order(s) (and any applicable Change Order), and d. the Purchase Order document. 33. Prohibited Terms.  Nothing in any Exhibit, Work Order, or other attachment shall be construed as a waiver of any provision above. Any terms included in any Exhibit, Work Order, or other attachment that requires the City to indemnify or hold Professional harmless; requires the City to agree to binding arbitration; limits Professional’s liability; or that conflicts with statute, City Charter or City Code in any way, shall be void. [Signature Page Follows] Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 24 of 49 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director Date: ATTEST: APPROVED AS TO FORM: PROFESSIONAL'S NAME By: Printed: Title: Date: Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 25 of 49 EXHIBIT A WORK ORDER FORM PURSUANT TO A PROFESSIONAL MASTER SERVICES AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND PROFESSIONAL WORK ORDER NUMBER: PROJECT TITLE: ORIGINAL BID/RFP NUMBER & NAME: 10197 Vine and Timberline Overpass Design PROFESSIONAL MASTER SERVICES AGREEMENT EFFECTIVE DATE: Original Contract Date WORK ORDER COMMENCEMENT DATE: WORK ORDER COMPLETION DATE: MAXIMUM FEE (time and reimbursable direct costs): PROJECT DESCRIPTION/SCOPE OF SERVICES: Professional agrees to perform the Service(s) identified above and on the attached forms in accordance with and subject to the terms and conditions contained herein and in the Master Services Agreement (Agreement) between the parties. This Work Order is incorporated into the Agreement, and the Agreement and all prior amendments or other modifications to the Agreement, if any, remain in full force and effect. In the event of a conflict between or ambiguity in the terms of the Agreement and this Work Order (including the attached forms) the Agreement as set forth in the Order of Precedence section of the Agreement shall control. Pricing stated on this Work Order shall be consistent with the pricing in the Agreement or subsequent renewals as of the Work Order commencement date and will be held firm through completion of this Work Order. The attached forms consisting of [choose # of pages] are hereby accepted and incorporated herein and Notice to Proceed is hereby given after all parties have signed this document. PROFESSIONAL: __________________________ Date:___________________ Name, Title ACCEPTANCE: Date: Gunnar Hale, City Project Manager REVIEWED: Date: Adam Hill, Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 26 of 49 EXHIBIT B GENERAL SCOPE OF WORK Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 27 of 49 EXHIBIT C CHANGE ORDER NO. PROJECT TITLE: PROFESSIONAL: [Company Name] WORK ORDER NUMBER: PO NUMBER: ORIGINAL BID/RFP NUMBER & NAME: 10197 Vine and Timberline Overpass Design DESCRIPTION: 1. Reason for Change: Why is the change required? 2. Description of Change: Provide details of the changes to the Work 3. Change in Work Order Price: 4. Change in Work Order Time: ORIGINAL WORK ORDER PRICE $ .00 TOTAL APPROVED/PENDING CHANGE ORDERS .00 TOTAL THIS CHANGE ORDER .00 TOTAL CHANGE ORDER % OF ORIGINAL WORK ORDER % ADJUSTED WORK ORDER COST $ .00 PROFESSIONAL: __________________________ Date:___________________ Name, Title ACCEPTANCE: Date: Gunnar Hale, City Project Manager REVIEWED: Date: Adam Hill, Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 28 of 49 EXHIBIT D BID SCHEDULE/COMPENSATION The following pricing shall remain fixed for the initial term of this Agreement. Any applicable price adjustments may only be negotiated and agreed to in writing at the time of renewal. Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 29 of 49 EXHIBIT E INSURANCE REQUIREMENTS Local Agency shall obtain and maintain, and ensure that each Subcontractor shall obtain and maintain, insurance as specified in this section at all times during the term of this Agreement. All insurance policies required by this Agreement that are not provided through self-insurance shall be issued by insurance companies with an AM Best rating of A-VIII or better. A. Local Agency Insurance. Local Agency is a "public entity" within the meaning of the Colorado Governmental Immunity Act, §24-10- 101, et seq., C.R.S. (the “GIA”) and shall maintain at all times during the term of this Agreement such liability insurance, by commercial policy or self- insurance, as is necessary to meet its liabilities under the GIA. B. Subcontractor Requirements. Local Agency shall ensure that each Subcontractor that is a public entity within the meaning of the GIA, maintains at all times during the terms of this Agreement, such liability insurance, by commercial policy or self-insurance, as is necessary to meet the Subcontractor’s obligations under the GIA. Local Agency shall ensure that each Subcontractor that is not a public entity within the meaning of the GIA, maintains at all times during the terms of this Agreement all of the following insurance policies: i. Workers’ Compensation Workers’ compensation insurance as required by state statute, and employers’ liability insurance covering all Local Agency or Subcontractor employees acting within the course and scope of their employment. ii. General Liability Commercial general liability insurance written on an Insurance Services Office occurrence form, covering premises operations, fire damage, independent contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: a. $1,000,000 each occurrence; b. $1,000,000 general aggregate; c. $1,000,000 products and completed operations aggregate; and d. $50,000 any 1 fire. iii. Automobile Liability. Automobile liability insurance covering any auto (including owned, hired and non-owned autos) with a minimum limit of $1,000,000 each accident combined single limit. iv. Protected Information Liability insurance covering all loss of State Confidential Information, such as PII, PHI, PCI, Tax Information, and CJI, and claims based on alleged violations of privacy rights through improper use or disclosure of protected information with minimum limits as follows: a. $1,000,000 each occurrence; and b. $2,000,000 general aggregate. v. Professional Liability Insurance. Professional liability insurance covering any damages caused by an error, omission or any negligent act with minimum limits as follows: a. $1,000,000 each occurrence; and b. $1,000,000 general aggregate. Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 30 of 49 vi. Crime Insurance. Crime insurance including employee dishonesty coverage with minimum limits as follows: a. $1,000,000 each occurrence; and b. $1,000,000 general aggregate. vii. Cyber/Network Security and Privacy Liability Liability insurance covering all civil, regulatory and statutory damages, contractual damages, data breach management exposure, and any loss of State Confidential Information, such as PII, PHI, PCI, Tax Information, and CJI, and claims based on alleged violations of breach, violation or infringement of right to privacy rights through improper use or disclosure of protect consumer data protection law, confidentiality or other legal protection for personal information, as well as State Confidential Information with minimum limits as follows: OLA #: 331003221 Routing #: 24- HA4-XC-00244 a. $1,000,000 each occurrence; and b. $2,000,000 general aggregate. C. Additional Insured. 1) The State shall be named as additional insured on all commercial general liability policies (leases and construction contracts require additional insured coverage for completed operations) required of Local Agency and Subcontractors. In the event of cancellation of any commercial general liability policy, the carrier shall provide at least 10 days prior written notice to CDOT. 2) 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 certificates should show the certificate holder as follows: City of Fort Collins Purchasing Division PO Box 580 Fort Collins, CO 80522 D. Primacy of Coverage. Coverage required of Local Agency and each Subcontractor shall be primary over any insurance or self-insurance program carried by Local Agency or the State. E. Cancellation. All commercial insurance policies shall include provisions preventing cancellation or non-renewal, except for cancellation based on non-payment of premiums, without at least 30 days prior notice to Local Agency and Local Agency shall forward such notice to the State in accordance with §16 within 7 days of Local Agency’s receipt of such notice. F. Subrogation. Waiver All commercial insurance policies secured or maintained by Local Agency or its Subcontractors in relation to this Agreement shall include clauses stating that each carrier shall waive all rights of recovery under subrogation or otherwise against Local Agency or the State, its agencies, institutions, organizations, officers, agents, employees, and volunteers. G. Certificates. For each commercial insurance plan provided by Local Agency under this Agreement, Local Agency shall provide to the State certificates evidencing Local Agency’s Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10197 Vine and Timberline Overpass Design Page 31 of 49 insurance coverage required in this Agreement within seven (7) Business Days following the Effective Date. Local Agency shall provide to the State certificates evidencing Subcontractor insurance coverage required under this Agreement within seven (7) Business Days following the Effective Date, except that, if Local Agency’s subcontract is not in effect as of the Effective Date, Local Agency shall provide to the State certificates showing Subcontractor insurance coverage required under this Agreement within seven (7) Business Days following Local Agency’s execution of the subcontract. No later than 15 days before the expiration date of Local Agency’s or any Subcontractor’s coverage, Local Agency shall deliver to the State certificates of insurance evidencing renewals of coverage. At any other time during the term of this Agreement, upon request by the State, Local Agency shall, within seven (7) Business Days following the request by the State, supply to the State evidence satisfactory to the State of compliance with the provisions of this §12. Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 32 of 49 EXHIBIT F CONFIDENTIALITY IN CONNECTION WITH THE SERVICES to be provided by Professional under this Agreement, the parties agree to comply with reasonable policies and procedures with regard to the exchange and handling of confidential information and other sensitive materials 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. Professional shall not use such information to obtain any economic or other benefit for itself, or any third party, other than in the performance of obligations under this Agreement. Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 33 of 49 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 for release by a written authorization by the other party hereto; or (d) has been disclosed pursuant to a requirement of a governmental agency or by operation of law, subject to Paragraph 5 below. 5. Required Disclosure. Notwithstanding Paragraph 4(d) above, if the Receiving Party receives a request (by interrogatories, requests for information or documents, subpoena, civil investigative demand or similar process, or by federal, state, or local law, including without limitation, the Colorado Open Records Act) to disclose any Confidential Information, the Parties agree the Receiving Party will provide the Disclosing Party with immediate notice of such request, so the Disclosing Party may seek an appropriate protective order before disclosure or waive the Receiving Party’s compliance with this Exhibit. The Receiving Party shall furnish a copy of this Exhibit with any disclosure. Notwithstanding this Paragraph 5, Receiving Party shall not disclose Confidential Information to any person, directly or indirectly, nor use it in any way, except as required by law or authorized in writing by Disclosing Party. 6. Red Flags Rules. If applicable, Professional must implement reasonable policies and procedures to detect, prevent and mitigate the risk of identity theft in compliance with the Identity Theft Red Flags Rules found at 16 Code of Federal Regulations part 681. Further, Professional must take appropriate steps to mitigate identity theft if it occurs with any of the City’s covered information and must notify the City in writing within twenty-four (24) hours of discovery of any breaches of security or Red Flags to the City. 7. Data Protection and Data Security. Professional shall have in place information security safeguards designed to conform to or exceed industry best practices regarding the protection of the confidentiality, integrity and availability of Confidential Information and shall have written agreements requiring any subcontractor to meet those standards. These information security safeguards (the “Information Security Program”) shall be materially consistent with, or more stringent than, the safeguards described in this Exhibit. (a) Professional’s information security safeguards shall address the following elements: • Data Storage, Backups and Disposal • Logical Access Control (e.g., Role-Based) • Information Classification and Handling • Secure Data Transfer (SFTP and Data Transfer Specification) • Secure Web Communications Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 34 of 49 • Network and Security Monitoring • Application Development Security • Application Security Controls and Procedures (User Authentication, Security Controls, and Security Procedures, Policies and Logging) • Incident Response • Vulnerability Assessments • Hosted Services • Personnel Security (b) Subcontractors. Professional may use subcontractors, though such activity shall not release or absolve Professional from the obligation to satisfy all conditions of this Agreement, including the data security measures described in this Exhibit, and to require a substantially similar level of data security, appropriate to the types of services provided and Confidential Information received, for any subcontractor Professional may use. Accordingly, any release of data, confidential information, or failure to protect information under this Agreement by a subcontractor or affiliated party shall be attributed to Professional and may be considered to be a material breach of this Agreement. 8. Information Storage. Confidential Information is not to be stored on any local workstation, laptop, or media such as CD/DVD, USB drives, external hard drives or other similar portable devices unless the Professional can ensure security for the Confidential Information so stored. Workstations or laptops to be used in the Services will be required to have personal firewalls on each, as well as have current, active anti-virus definitions. 9. Continuing Obligation. The agreement not to disclose Confidential Information as set forth in this Exhibit shall apply during the term of the Services and or Agreement and at any time thereafter unless specifically authorized by the City in writing. 10. Termination Remedy. If Professional breaches any of the terms of this Exhibit, in the City’s sole discretion, the City may immediately terminate this Agreement and withdraw Professional’s right to access Confidential Information. 11. Return of Information. Notwithstanding any other provision of this Agreement to provide Project Instruments and work product, all material, i.e., various physical forms of media in which Confidential Information is stored, including but not limited to writings, drawings, tapes, diskettes, prototypes or products, shall remain the sole property of the Disclosing Party and, upon request, shall be promptly returned, together with all copies thereof to the Disclosing Party. Upon return of such materials, all digital and electronic data shall also be deleted in a non-restorable way by which it is no longer available to the Receiving Party. Upon Disclosing Party’s request, written verification of the deletion (including date of deletion) is to be provided to the Disclosing Party within ten (10) days after completion of engagement, whether it be via termination, completion or otherwise. 12. Injunctive Relief. Professional Receiving Party acknowledges that the Disclosing Party may, based upon the representations made in this Agreement, disclose security information that is critical to the continued success of the Discloser’s business. Accordingly, Receiving Party agrees that the Disclosing Party does not have an adequate remedy at law for breach of this Agreement and therefore, the Disclosing Party shall be entitled, as a non-exclusive remedy, Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 35 of 49 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 Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 36 of 49 EXHIBIT G APPENDIX II: CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS (A) For a Contract for more than the simplified acquisition threshold ($250,000). Breach. Any breach of the Contract by Professional 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 Professional’s breach, the City may pursue recovery of such damages from Professional. 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 Professional’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 Professional 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: The City may require the Professional to suspend performance of all or any portion of the Work pending necessary corrective action specified by the City and without entitling Professional to an increase in compensation or extension of the performance schedule. Professional must promptly stop performance and incurring costs upon delivery of a notice of suspension by the City. b. Withhold Payment Pending Corrections: The City may permit Professional to correct any rejected Work at the City ’s discretion. Upon City ’s request, Professional must correct rejected Work at Professional’s sole expense within the time frame established by the City. Upon completion of the corrections satisfactory to the City, City will remit payment to Professional. c. Deny Payment: City may deny payment for any Work that does not comply with the requirements of the Contract or that Professional otherwise fails to provide or complete, as determined by the City in its sole discretion. Upon City request, Professional will promptly refund any amounts prepaid by the City with respect to such non-compliant Work. d. Removal: Upon City ’s request, Professional will remove any of its employees or agents from performance of the Work, if the City, 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 including the manner by which it will be effected and the basis of the settlement.] Termination. Termination for Convenience. The City may terminate this Contract, in whole or in part, for any reason, upon five (5) days written notice to the Professional. In such event, the City shall pay the Professional its costs, including reasonable Contract close-out costs, Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 37 of 49 and profit on Work performed up to the time of termination. The Professional shall promptly submit its termination claim to the City to be paid the Professional. If the Professional has any property in its possession belonging to the City, the Professional 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 similar law, by or against Professional, or the appointment of a receiver or similar officer for Professional 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) [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] Equal Employment Opportunity. Professional agrees to comply with the Equal Opportunity Clause provided under 41 CFR 60-1.4(a) (Government Contracts) and 41 CFR 60-1.4(b) (Federal Assisted Construction Contracts), 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.” Professional 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 Professional agrees as follows: (1) The Professional will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Professional 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 Professional 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 Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 38 of 49 (2) The Professional will, in all solicitations or advertisements for employees placed by or on behalf of the Professional, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Professional 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 Professional's legal duty to furnish information. (4) The Professional 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 Professional's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Professional 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 Professional 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. Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 39 of 49 (7) In the event of the Professional'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 Professional 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 Professional 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 Professional will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Professional becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Professional may request the United States to enter into such litigation to protect the interests of the United States. 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 Professionals and subcontractors with the equal opportunity clause and the Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 40 of 49 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 discharge 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 Professional debarred from, or who has not demonstrated eligibility for, Government Contracts 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 Professionals 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: Cancel, 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 assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. (9) [Reserved] (c) Subcontracts. Each nonexempt prime Professional 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 Professional is written. Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 41 of 49 (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. (D) [Where applicable, all Contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers] Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Professional 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 Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 42 of 49 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 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. (E) [If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a)] Rights to Inventions Made Under a Contract or Contract. For Contracts entered into by the Professional or the City 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 parties 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 Contracts,” and any implementing regulations issued by the awarding agency. (F) [Contracts and subgrants of amounts in excess of $150,000] Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended. a. All parties 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). All parties shall report violations to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). b. The Professional agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. c. The Professional agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal funds. (G) [For Contract awards (see 2 CFR 180.220)] Debarment and Suspension (Executive Orders 12549 and 12689). Professional 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 Professional is required to verify that none of the Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 43 of 49 Professional ’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 Professional 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 Professional 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. 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. (H) [For Contracts exceeding $100,000] Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). Professional attests that it has filed the required certification under the Byrd Anti-Lobbying Amendment. Professional 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. Professional 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. (I) [All Contracts] Procurement of recovered materials (2 CFR §200.323). All parties agree to comply with all applicable requirements of 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 Professional shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired: • Competitively within a timeframe providing for compliance with the contract Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 44 of 49 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. (J) [All Contracts] Prohibition on certain telecommunications and video surveillance services or equipment (2 CFR §200.216). Professional 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. (K) [All Contracts] 2 C.F.R. § 200.322 Domestic preferences for procurements. As appropriate and to the extent consistent with law, Professional 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. Foreign Market Restrictions. The Professional shall not allow funds provided under this contract to be used to fund the use of any products or service of a foreign country during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and supplies of the United States in procurement and construction. (L) [All Contracts] Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 45 of 49 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 when possible in an effort to encourage participation and fair competition in providing supplies/services described in this solicitation. 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. If subcontracts are to be let, Professional must take all necessary affirmative steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used as required by 2 C.F.R. § 200.321. (M) 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 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. (N) Title VI of the Civil Rights Act of 1964 - The sub-grantee, contractor, subcontractor, successor, transferee, and assignee shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract (or agreement). Title VI also includes protection to persons with “Limited English Proficiency” in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a part of this contract or agreement. (O) 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- Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 46 of 49 the-job seat belt policies and programs for their employees when operating company- owned, rented, or personally owned vehicles. (P) 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. Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 47 of 49 EXHIBIT H PROMPT PAYMENT CERTIFICATION The Professional is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the Professional’s receipt of payment for that work from the City. In addition, all retainage amounts withheld from subcontractors must be paid no later than 30 days after it satisfactorily completed its work, whether or not the City has paid said amounts to the Professional. The Professional must promptly notify the City whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The Professional may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the City. The Professional shall complete and submit the following Prompt Payment Certification form with each invoice. Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 48 of 49 PROMPT PAYMENT CERTIFICATION Professional will place a check in the appropriate box below that applies to this payment request. To: City of Fort Collins, Colorado (City) Professional: Project: 10197 Vine and Timberline Overpass Design Contract Date: This certification is submitted in conjunction with Pay Application or Invoice # . In accordance with the requirements of 49 CFR §26.29, the Professional hereby states the following with regard to payments made under the Professional Services Agreement for 10197 Vine and Timberline Overpass Design (Agreement) 1. Subcontractors, at the first tier, both DBE and non-DBE, who satisfactorily completed work and were listed for payment on the prior Payment Application No. dated , 20 , were paid no later than 30 days after the Professional’s receipt of payment for that work from the City. 2. All retainage amounts withheld from any subcontractor who satisfactorily completed its portion of the Agreement work, including punch list items, were paid to the subcontractor(s) no later than 30 days after it satisfactorily completed its work, whether or not the City has paid said amounts to Professional. 3. There was no delay in or postponement of any payment owed to a subcontractor, whether period payment or retainage amount, except for good cause and after receipt of prior written approval from the City. The Professional shall retain all subcontractor payment records for a minimum period of three (3) years from the date of Substantial Completion under the Agreement. The City shall have the right, with reasonable notice to audit such payment records. Signed this day of , 20 . By: Printed: Title: Official Purchasing Document Professional Services Agreement – Work Order Type RFP10197 Vine and Timberline Overpass Design Page 49 of 49 4950 4955 4960 4965 4970 4975 4980 4985 4990 4995 5000 4950 4955 4960 4965 4970 4975 4980 4985 4990 4995 5000 10+00 49 5 0 . 3 49 5 0 . 2 7 49 5 0 . 4 49 5 0 . 4 0 11+00 49 5 0 . 9 49 5 0 . 8 7 49 5 1 . 3 49 5 1 . 2 6 12+00 49 5 1 . 4 49 5 1 . 4 0 49 5 2 . 0 49 5 2 . 0 3 13+00 49 5 2 . 3 49 5 2 . 3 3 49 5 2 . 6 49 5 2 . 6 4 14+00 49 5 3 . 3 49 5 3 . 3 0 49 5 4 . 0 49 5 3 . 9 8 15+00 49 5 4 . 6 49 5 4 . 5 5 49 5 5 . 2 49 5 5 . 2 4 16+00 49 5 5 . 7 49 5 5 . 6 8 49 5 6 . 4 49 5 6 . 4 1 17+00 49 5 9 . 0 49 5 9 . 0 3 49 5 9 . 9 49 5 9 . 8 6 18+00 49 6 0 . 5 49 6 0 . 5 2 49 6 0 . 7 49 6 0 . 6 6 19+00 49 5 9 . 8 49 5 9 . 8 2 49 5 9 . 5 49 5 9 . 5 2 20+00 49 5 9 . 6 49 5 9 . 5 6 49 5 9 . 8 49 5 9 . 8 2 21+00 49 6 0 . 2 49 6 0 . 1 8 49 6 1 . 0 49 6 1 . 0 0 22+00 49 6 1 . 3 49 6 1 . 3 1 49 6 1 . 0 49 6 0 . 9 8 23+00 49 6 0 . 8 49 6 0 . 7 6 49 6 0 . 3 49 6 0 . 3 5 24+00 49 6 0 . 3 49 6 0 . 3 3 49 6 1 . 0 49 6 0 . 9 9 25+00 49 6 2 . 0 49 6 2 . 0 0 49 6 0 . 0 49 6 0 . 0 1 26+00 49 5 8 . 5 49 5 8 . 4 6 49 5 8 . 6 49 5 8 . 6 1 27+00 49 5 8 . 6 49 5 8 . 5 8 49 5 8 . 4 49 5 8 . 4 1 28+00 49 5 8 . 3 49 5 8 . 2 6 49 6 0 . 0 49 6 0 . 0 0 29+00 49 5 8 . 0 49 5 8 . 0 0 49 5 8 . 0 49 5 8 . 0 0 30+00 49 5 8 . 1 49 5 8 . 1 0 49 5 8 . 4 49 5 8 . 4 0 31+00 49 5 8 . 7 49 5 8 . 7 5 49 5 9 . 0 49 5 9 . 0 0 32+00 49 5 9 . 7 49 5 9 . 6 7 49 6 0 . 7 49 6 0 . 7 0 33+00 49 6 2 . 2 49 6 2 . 2 0 49 6 3 . 0 49 6 3 . 0 0 34+00 49 6 3 . 5 49 6 3 . 4 9 49 6 3 . 9 49 6 3 . 8 9 35+00 49 6 4 . 5 49 6 4 . 4 7 49 6 5 . 0 49 6 5 . 0 4 36+00 49 6 5 . 5 49 6 5 . 4 8 49 6 6 . 0 49 6 6 . 0 3 37+00 49 6 6 . 6 49 6 6 . 6 4 49 6 7 . 5 49 6 7 . 4 9 38+00 49 6 8 . 6 49 6 8 . 6 1 49 7 0 . 1 49 7 0 . 1 2 39+00 49 7 1 . 7 49 7 1 . 6 9 49 7 3 . 3 49 7 3 . 3 5 0.62% 5.00% -5.00 % 0.98% PV I S T A = 1 0 + 0 0 . 0 0 EL E V = 4 9 5 0 . 3 4 PV I S T A = 3 6 + 5 0 . 0 0 EL E V = 4 9 6 5 . 9 0 420.00' VC LOW PT STA = 13+51.14 LOW PT ELEV = 4952.52 PVI STA = 15+61.14 PVI ELEV = 4953.82 K = 95.89 BV C S : 1 3 + 5 1 . 1 4 BV C E : 4 9 5 2 . 5 2 EV C S : 1 7 + 7 1 . 1 4 EV C E : 4 9 6 4 . 3 2 580.00' VC LOW PT STA = 34+49.66 LOW PT ELEV = 4964.41 PVI STA = 32+54.68 PVI ELEV = 4962.03 K = 97.00 BV C S : 2 9 + 6 4 . 6 8 BV C E : 4 9 7 6 . 5 3 EV C S : 3 5 + 4 4 . 6 8 EV C E : 4 9 6 4 . 8 7 660.00' VC HIGH PT STA = 24+90.00 HIGH PT ELEV = 4992.01 PVI STA = 24+90.00 PVI ELEV = 5000.26 K = 66.00 (TO GET 30' VERTICALLY CLEAR OF RR TRACKS VERTICAL CURVE K VALUE DOES NOT MEET STANDARDS. STOPPING SIGHT DISTANCE IS APPROX. 46 MPH VS 50 MPH) BV C S : 2 1 + 6 0 . 0 0 BV C E : 4 9 8 3 . 7 6 EV C S : 2 8 + 2 0 . 0 0 EV C E : 4 9 8 3 . 7 6 4950 497 5 497 1 10+00 11+00 12+00 13+00 14+00 15+00 16+00 17+00 18+00 19+00 20+00 21+00 22+00 23+00 24+00 25+00 26+00 27+00 28+00 29+00 30+00 31+00 32+00 33+00 34+00 35+00 36+00 37+00 38+00 39+00 RECONNECT TO EXIST TIMBERLINE FOR SWITCHYARD ACCESS LIMIT MOVEMENT TO NORTHBOUND LEFT IN, SOUTHBOUND RIGHT OUT ONLY REBUILD ANNABEL DRIVE TO CATCH AT 10% 10' WIDE SIDEPATH TO AND FROM NORTHBOUND TIMBERLINE 10' WIDE SIDEPATH TO AND FROM SOUTHBOUND TIMBERLINE 4: 1 4:1 4: 1 2: 1 4:1 SU N I G A I M P R O V E M E N T P R O J E C T RAILROAD CROSSING WILL BE ELIMINATED ONCE OVERPASS IS CONSTRUCTED FUTURE 10' SIDEPATH (NORTH SIDE OF VINE) PER ACTIVE MODES PLAN 07/06/23 XXX-XXXXX XXX DATE: DRAWN BY: PROJECT NO:EXHIBIT N. TIMBERLINE RD OVERPASS AT E.VINE DR - SKYES DR TO E SUNIGA RD 1 NOTE THIS DOCUMENT HAS BEEN RELEASED BY OLSSON ASSOCIATES AS A CONCEPTUAL DESIGN AND IS SUBJECT TO CHANGE WITHOUT NOTICE. THIS DOCUMENT IS NOT TO BE USED FOR CONSTRUCTION. TYPICAL 4 LANE SECTION HAS BEEN USED FOR THIS EXERCISE. AMP AND LEMAY BRIDGE HAVE 12' SIDE PATHS, NO BIKE LANES, NARROW MEDIANS, AND LIMITED LANDSCAPING. FURTHER DISCUSSION IS NEEDED TO DETERMINE IS SIDE PATHS ARE DETACHED AND MEANDERING AND IF THIS 115' WIDE ROW IS MORE THAN NEEDED. 9207 - Transportation Capital Project Prioritization Study July 2023 45 Location: Sykes Dr to E Suniga Rd Project Type: New Construction – Grade Separation Project Description: Grade separate Timberline Rd over Vine St. Provide bicycle and pedestrian accommodations from Timberline Rd to Vine Dr. Goals: Eliminate at grade rail crossing. Improve safety, and traffic operations on Timberline Rd. Improve multimodal connectivity. • Rail coordination • Evaluate typical section widths • Coordinate potential future trail crossing • Evaluate bicycle and pedestrian crossing from Vine Dr to Timberline Rd • Close at grade crossing • Maintain access to businesses on Timberline Rd • Coordinate with adjacent projects Total Cost: $56,927,000 Construction Cost: $39,789,000 Design & CEI Cost: $5,174,000 ROW & Utility Cost: $10,963,250 TOTAL SCORES = 76 CRITERIA TIER 1 CRITERIA TIER 2 Delay 5 Cost 1 Safety 5 Readiness 3 Equity 5 Multimodal 4 Growth 3 Synergy 3 Community 3 PROJECT J | N Timberline Road Overpass at E Vine Drive VICINITY MAP FINAL DESIGN CONSIDERAT IONS • None FUTURE DESIGN CONSIDERATIONS PROJECT IMAGES VINE DR TI M B E R L I N E R D MOUNTAIN VISTA DR N • Maintenance and inspection of structure • Increased snow maintenance operations for widened/median divided roadway and trail connections. MAINTENANCE & OPERATIONS Version Date: August 22, 2025 Project Management Plan OPTIONAL TEMPLATE Project Management Plan Change Control Table Instructions: This table will be completed as updates and changes are made throughout the Project lifestyle. Date of Change Owner Section Updated Changes Made Project Management Plan Table of Contents SECTION 1. BASIS OF THE PROJECT ............................................................................................................... 4 1.1 Introduction .................................................................................................................................. 4 1.2 Project Summary .......................................................................................................................... 4 1.3 Detailed Project Scope ................................................................................................................ 5 1.4 Deliverables .................................................................................................................................. 9 SECTION 2. ORGANIZATIONAL MANAGEMENT.............................................................................................. 9 2.1 Project Leadership ........................................................................................................................ 9 2.2 Team Organization ...................................................................................................................... 10 2.3 Capacity and Capability .............................................................................................................. 10 SECTION 3. MANAGEMENT CONTROLS ....................................................................................................... 11 3.1 Control Procedures ..................................................................................................................... 11 3.2 Dispute Resolution ..................................................................................................................... 13 3.3 Project Management Plan Implementation .............................................................................. 13 3.4 Project Reporting ........................................................................................................................ 13 SECTION 4. PROCUREMENT ........................................................................................................................ 14 SECTION 5. PROJECT EXECUTION ................................................................................................................ 14 5.1 Schedule ........................................................................................................................................... 14 5.2 Budget and Cost.............................................................................................................................. 15 5.3 Agreements ................................................................................................................................ 16 SECTION 1. BASIS OF THE PROJECT 1.1 Introduction This Project Management Plan (PMP) describes how the Project will be implemented and monitored to ensure effective, efficient, and safe delivery of the Project on time and within budget. The PMP also documents the Project’s summary information, goals, and objectives. FRA may require the Recipient to update the PMP. The Recipient will submit any such updates to FRA for review and approval, and FRA will determine if updates to the PMP require an amendment to the Grant Agreement. The [Recipient Name] was awarded [insert amount] in FYXX Railroad Crossing Elimination grant funding to [insert project name] (the Project) on [Date Awarded]. 1.2 Project Summary 1.2.1 Project Description: Instructions: Insert Project Description from Grant Agreement 1.2.2 Project Location: Instructions: Insert Project Location from Grant Agreement and complete table Infrastructure Owner Rail Corridor Milepost U.S. DOT Crossing Inventory Number Roadway at the crossing 26.87 504166Y West Main Street 1.2.3 Project Budget: Instructions: Insert Project Budget from Grant Agreement. Task # Task Title Agreement Federal Funds Agreement Non-Federal Funds [Other Federal Funds] [Other Non- Federal Funds] Total 1 Project Administration and Management $ $ $ $ $ 2 Purpose & Need Statement and Stakeholder Coordination Plan $ $ $ $ $ 3 Alternatives Analysis $ $ $ $ $ Total $ $ $ $ Total Project Cost: $ 1.2.4 Project Schedule: Per the Grant Agreement, the Project Performance Period is from [insert PoP Start] to [Insert PoP End Date]. Detailed schedule information is located in Section 5. 1.3 Detailed Project Scope The Recipient will notify FRA in writing of any requested changes in Project Scope and will not proceed with the changed scope unless approved by FRA in writing. If approved, changes to Project Scope may require additional environmental review or an amendment to the Grant Agreement. Task 1: Project Administration and Management Subtask 1.1: Project Administration The Recipient will perform all tasks required for the Project through a coordinated process, which will involve affected railroad owners, operators, and funding partners, including: • [list parties other than the Recipient and identify role] • FRA The Recipient will facilitate the coordination of all activities necessary for implementation of the Project. The Recipient will: • participate in a Project kickoff meeting with FRA following award; • complete necessary steps to hire a qualified consultant/contractor to perform required Project work, as necessary; • hold regularly scheduled Project meetings with FRA; • inspect and approve work as it is completed; and • participate in other coordination, as needed. The Recipient will demonstrate to FRA that it is carrying out the project benefits in the most cost- efficient manner. Subtask 1.2: Project Management Plan The Recipient will prepare a Project Management Plan (PMP), that describes how the Project will be implemented and monitored to ensure effective, efficient, and safe delivery of the Project on time and within budget. The PMP will describe, in detail, the activities and steps necessary to complete the tasks outlined in this Statement of Work. The PMP will include a Project Schedule and Project Budget for the work to be performed under the Grant Agreement. The Project Schedule will be consistent with the Estimated Project Schedule in Section 5.2 of this Attachment 2, but provide a greater level of detail. Similarly, the Project Budget should be consistent with the Approved Project Budget in Section 6.5 of Attachment 2, but provide a greater level of detail. The PMP should emphasize early-stage planning level scope and project development activities, cost, schedule, scope, risk assessment and management, project team and management controls, and establish placeholder sections and the initial framework for future updates to the project management plan. The Recipient will submit the PMP to FRA for review and approval. The Recipient will implement the Project as described in the approved PMP. The Recipient will not begin work on subsequent tasks until FRA has provided written approval of the PMP, unless FRA has provided pre-award authority for such work under Section 6.6 of this Attachment 2. FRA will not reimburse the Recipient for costs incurred in contravention of this requirement. FRA may require the Recipient to update the PMP. The Recipient will submit any such updates to FRA for review and approval, and FRA will determine if updates to the PMP require an amendment to the Agreement. The Project Budget and Project Schedule may be revised consistent with Article 5 of Attachment 1 of the Agreement without amending the Agreement. The Recipient will identify agreements governing the Project in the PMP. If requested by FRA, the Recipient will provide FRA the final, executed copies of any agreements within ten business days of the request. The PMP will be consistent with the FRA Guidance on Development and Implementation of Railroad Capital Projects (Railroad Capital Projects Guidance) and 49 U.S.C. § 22903, as applicable. Subtask 1.3: Project Closeout The Recipient will submit a Final Performance Report as required by Section 7.2 of Attachment 1 of the Grant Agreement, which should describe the cumulative activities of the Project, including a complete description of the Recipient’s achievements with respect to the Project objectives and milestones. Task 2: Purpose & Need Statement and Stakeholder Coordination Plan Subtask 2.1: Preliminary Purpose and Need Statement The Recipient will develop, and submit to FRA for approval, a preliminary Purpose and Need statement to serve as the foundation for the Alternatives Analysis. The preliminary Purpose and Need is for project planning and will be subject to agency and public review and comment as part of a potential future NEPA process. Subtask 2.2: Stakeholder Coordination Plan A Stakeholder Coordination Plan will need to identify key contacts within agencies, civic and business groups, public officials, relevant interest groups, present and potential riders/users, private service providers/shippers, other key stakeholder groups, and the public. The Stakeholder Coordination Plan will also identify potential state, local, and Federal agencies that should be consulted with. The plan will identify involvement activities linked to key milestones in the planning/conceptual engineering and alternatives analysis process and align with the Detailed Project Schedule from Task 1. The Recipient will prepare, and submit to FRA for approval, a Stakeholder Coordination Plan. Task 3: Alternatives Analysis The Recipient will submit to FRA, for approval, an Alternatives Analysis report, which will determine the preliminary range of reasonable alternatives to carry forward into future project development phases. The Recipient must consider at least two alternatives which can include the no-build alternative along with one proposed alternative for each rail crossing. The Alternatives Analysis report will build upon completed and approved deliverables identified in Tasks 1 through 3. Prior to initiating work under task 3 the Recipient will submit to FRA, for approval, a memo documenting the methodologies to be employed in carrying out Alternative Analysis. Subtask 3.1: Existing Conditions The Recipient will assess the condition of current rail operations and infrastructure and other conditions within the project area. This should include information on the roadway crossing characteristics, train operations and safety, maintenance activities, engineering/capacity constraints of the existing facilities or infrastructure. Identify any planned or programmed infrastructure improvements contained in state and local planning documents and check to see if rail operators have planned infrastructure enhancements. • Roadway Crossing Features: The number of highway lanes, highway speed limit, traffic flows, character of highway traffic through the railroad crossing, types of traffic control devices (including protective devices), land use, sight distance, topography, and distance to the next closest crossing. Include information on sidewalks, bicycle lanes and public transit (if this applies). • Train Operations: The number of train tracks, train speed and train traffic through the railroad crossing. • Safety: The safety of the highway-rail grade crossings (including crash history, near misses, injuries, fatalities, or incidences of rail-related trespassing for each railroad crossing, if such exists), and deficiencies that hinder achieving a higher level of safety. Subtask 3.2: Transportation Technical Analysis The Recipient will conduct a transportation technical analysis of the railroad crossing. The Federal Highway Administration Scoping and Conducting Data-Driven 21st Century Transportation System Analyses (2017)1 document can be used as a reference to help scope the technical analysis. The transportation technical analysis should be completed for each alternative. General considerations for the technical analysis should include the following items listed below. 1 Scoping and Conducting Data-Driven 21st Century Transportation System Analyses is available at https://ops.fhwa.dot.gov/publications/fhwahop16072/fhwahop16072.pdf • Traffic counts per day that use the roadway now versus the traffic counts expected in the future, including any seasonal variation in traffic counts. Future traffic counts should anticipate regional growth and traffic generated by background developments, as well as any planned changes in roadway geometry. Include pedestrian and bicycle counts if this applies • Determine the travel delay including the peak demand for each railroad crossing • Frequency and duration of roadway blockage by trains including sidewalks and bicycle lanes (if this applies) and consider peak demand for train operations • Discuss the direction the travel delays are occurring in (northbound, southbound, westbound, and eastbound) • The character of the adjacent road network and whether the railroad crossing creates access issues for the community, and does this consider future development projections close to the railroad crossing? For relevant circumstances, access issues for schools and/or emergency facilities If the Recipient is performing a microsimulation, section 6 (pages 42-55) in the Case Studies to Develop a Highway-Rail Grade Crossing Analysis Framework Using Microsimulation (2023)2 document should be used for guidance. Additionally, the Recipient should provide the supporting data for the technical analysis and if any traffic analysis tool(s) were used to perform the work. The Recipient will work with the FRA to determine any further technical analysis and traffic simulation required to perform a thorough assessment of vehicle movements impacted by potential grade crossing changes. More railway highway crossing resources can be found at FHWA’s site (2025)3. Subtask 3.3: Conceptual Engineering The Recipient will develop conceptual engineering to a level sufficient to identify necessary infrastructure improvements and determine the cost estimates for each alternative. Conceptual engineering will include developing design criteria, track work concepts, structural concepts and roadway crossing concepts for grade separation or closure, track relocation, installation of protective devices (signals, signs, other and measures that improve safety), mobility enhancements, and technology solutions, etc. The Recipient will coordinate with key stakeholders including FRA on this task. The conceptual engineering designs will form the basis of the Project design and construction. The scope elements should fulfil the high-level conceptual engineering requirements found in the Railroad Capital Project Guidance (2025). Subtask 3.4: Capital Cost Estimate The objective of this task is to identify the capital cost to design, construct, and implement the proposed project. The Recipient will provide capital cost estimates for each alternative, including quantity and unit cost of each element relating to core track structures, roadway crossing enhancements, land acquisition, contingencies, and any new facilities or upgrades required for train operations. 2 Case Studies to Develop a Highway-Rail Grade Crossing Analysis Framework Using Microsimulation is available at https://railroads.dot.gov/elibrary/case-studies-develop-highway-rail-grade-crossing-analysis-framework-using- microsimulation 3 Railway Highway Crossing Program resources are available at https://highways.dot.gov/safety/hsip/xings/railway-highway-crossing-program-resources Subtask 3.5: Preliminary Environmental Impact Analysis The objective of this task to is to identify key environmental considerations in the development of the alternatives to support future lifecycle stages of the project’s development. The Recipient will perform a high-level qualitative socioeconomic, cultural, human environment, and natural environmental resource inventory and preliminary effects analysis as part of the development and screening of options concurrently with tasks 3.3 and 3.4. The Recipient can use the Railroad Capital Project Guidance (2025) document as a high-level reference for developing the preliminary environmental analysis. 1.4 Deliverables The Project deliverables are listed below. The Recipient will complete these deliverables to FRA’s satisfaction to be authorized for funding reimbursement and for the Project to be considered complete. Deliverable # Deliverable 1.1 Project Management Plan 1.2 Final Performance Report 2.1 Preliminary Purpose and Need 2.2 Stakeholder Coordination Plan 3.1 Existing Conditions Report 3.2 Alternatives Analysis including Preliminary Environmental Impact Analysis 3.3 Conceptual Engineering with Supporting Capital Cost Estimates Instructions: The recipient should capture how the project objectives are being met throughout the life of the project to ensure successful project delivery, by providing and including project specific metrics including targets and tracking requirements related to performance metrics. The metrics should be clear. Examples of performance metrics may include/address scope, schedule, funding, cost etc.. SECTION 2. ORGANIZATIONAL MANAGEMENT Instructions: This section of the PMP will document oversight roles and responsibilities of the Recipient, and any stakeholders, contractors or sub-Recipients. The Recipient will describe the organizational structure and resources for implementing the project. Define the roles, reporting relationships, statements of functional responsibilities, descriptions qualifications of key jobs, and responsibilities of the Recipient and other project team members. 2.1 Project Leadership Instructions: The Recipient will describe names of staff, consultants, or partners that will support the delivery of the project. Describe their roles and responsibilities relative to the project and provide their contact information. These responsibilities may include, but are not limited to, project oversight (scope, schedule, budget); planning subject matter expertise; planning materials review; and any other tasks (e.g. financial management, stakeholder engagement, monitoring and reporting, compliance, risk management, etc.). The Recipient will also provide any stakeholders, or Recipient procured consultant support resources hired directly to assist in project activities. The plan will explain how the project team members are expected to collaborate with each other throughout the course of the project implementation process. 2.1.1 Roles and Responsibilities: Instructions: The Recipient will include the name, agency and division, job title, phone number, email address, and key responsibilities. Example of roles and responsibilities may include senior leadership, project managers, technical support or subject matter experts from the Recipient, consultants, contractors and partnering agencies. At minimum, the Recipient must include an employee of the lead agency (Recipient agency). Name Agency / Division Job Title Phone Number Email Address Key Responsibilities 2.1.2 Stakeholders: Instructions: The Recipient will include any stakeholders, apart from FRA, and their expected role in this project. Federal Railroad Administration (FRA): As the awarding and regulatory body, the FRA provides funding, guidance, and oversight for the project. The FRA will also ensure the project meets federal standards and objectives for rail infrastructure improvement. 2.2 Team Organization Instructions: The Recipient will include a graphic chart representing the staff organization with well defined roles. Additionally, Recipient should describe the team structure and reporting relationships for effective project oversight. 2.3 Capacity and Capability Instructions: The Recipient will provide any capacity plan to ensure the Recipient has enough resources to meet project goals. Additionally, the Recipient may provide any mitigation efforts or plans to improve optimization of staff. This can include but is not limited to hiring and training of staff, staffing levels required throughout the Project, resource allocation planning, software tools, and optimization efforts. SECTION 3. MANAGEMENT CONTROLS 3.1 Control Procedures Instructions: This section defines how the Recipient will use structured systems and processes to guide and monitor implementation in accordance with the grant agreement and address the types of project management controls for the Project. Project management controls are the data gathering, management, and analytical processes used to track and evaluate performance and identify response strategies to meet stated objectives of the project. This data is used to communicate information that helps to ensure effective management and timely decision making. The project management controls will be developed to help ensure that all Federal, State, and local laws, regulations, rules and mandates applicable to Recipient and the Project are met. This section will also document how and when project performance is reported. At minimum, the PMP will address how the Recipient will manage expected or actual changes to the scope, schedule, and budget. Project controls are essential for ensuring the project remains aligned its objectives, especially in terms of scope, schedule, budget, risk, and quality. The following are recommended subsections to address within management controls: The following are recommended subsections to address within management controls: 3.1.1 Scope: Instructions: This subsection should document the criteria for defining, tracking, and controlling overall project scope. The discussion should include the processes for approving scope changes and for verifying that the planned scope of work meets the project requirements, including project permits and approvals. Scope refers to the defined boundaries of the project – what work will be performed, what deliverables will be produced, and any limits or constraints. It includes objectives, key milestones, and required approval or permits. Clearly defining and controlling scope ensures that the project aligned that the project stays with its intended outcomes. 3.1.2 Schedule: Instructions: This subsection should discuss how the Recipient will document, monitor, and control project schedule. The schedule should be a complete representation of the project's implementation and should include a realistic completion date. This subsection should document processes and tools used for tracking schedule, identifying scheduled deviations, and addressing schedule issues. The schedule is the project’s time-based plan that outlines when major project activities and milestones will occur. It includes the project start and end dates, task durations, dependencies, and key deadlines. The schedule should also account for coordination with project partners and external dependencies. Effective schedule management allows the Recipient to monitor progress, respond to delays, and ensure timely delivery. 3.1.3 Budget/Cost: Instructions: This subsection should discuss how the Recipient will document, monitor, and control project cost. It should document processes and tools used for tracking project expenditures, identifying cost overruns and savings, addressing cost issues, and justifying significant budget deviations and outlining corrective measures. The Recipient should also explain how they will ensure that costs remain within the approved limits throughout the duration of the project. Additionally, the Recipient should explain how documentation will be maintained to support all reported costs. The project budget identifies all planned costs required to complete the project, including labor, material, equipment, services, and contingencies. Budget control involves tracking expenditures, comparing them to planned amounts, and taking corrective action when needed. The Recipient must have clear processes in place to manage spending, remain within approved funding limits, and respond to potential cost increases. If actual or projected costs exceed the budget, the Recipient should describe how adjustments will be made or additional funding will be pursed. 3.1.4 Risk: Instructions: This subsection should discuss how the Recipient will document, monitor, and control project risks. It should document processes and tools used for identifying, analyzing, and tracking project risks and response strategies. The Recipient should outline strategies for risk mitigation, contingency planning, and ongoing monitoring. Project risks are potentials events or conditions that could negatively affect cost, schedule, scope or performance. Risk management involves identifying, assessing, and prioritizing risks, then planning mitigation or response strategies. A structured risk management process helps the Recipient avoid surprises and respond effectively when issues arise. 3.1.5 Quality: Instructions: This subsection should discuss how the Project Sponsor will document, monitor, and control project quality throughout the life of the project. It should document processes and tools used for tracking and analyzing project quality and identifying and addressing issues. The Recipient should explain how quality issues will be identified and addressed, and how improvements or corrective actions will be documented. Also, describe the roles and responsibilities for maintaining quality standards, and how quality will be monitored throughout the project. Quality refers to how well project deliverables meet specified standards and expectations. Quality management ensure outputs are reliable, compliant, and meet intended use. It includes review procedures, performance benchmarks, and corrective action processes. The Recipient should have measures in place to ensure quality is maintained from planning through closeout. 3.1.6 Contract Administration: Instructions: This subsection will discuss how the Recipient will document, monitor, and control contract administration activities for the project. It will document processes and tools used for tracking and addressing contract requirements. Project controls for change order management and claims management are two contract administration topics that will be clearly addressed in this section. Contract administration involves managing agreements with vendors, consultants, or contractors to ensure that compliance with terms, performance standards, and deliverables. This includes tracking timelines, deliverables, invoices, and any change orders or claims. The Recipient is responsible for implementing systems that ensure contract requirements are met efficiently and transparently. Change Order Management: A change order is a modification, deletion, or addition of work to a project, which differs from the original project scope or prior changes. For example, the change action may result in a change in costs, a change in schedule, a change in scope of work, or a revision of other contractual terms and conditions. The PMP will define the procedures for addressing change orders during the project execution. The roles and responsibilities between Recipient and the contractor will be documented in the project management plan. A graphical flow chart will be included for clarity. In addition, the PMP will outline how change orders will be documented and maintained for record keeping. Claims Management: The PMP will define the claims management process to be followed in cases of contractor claims. The roles and responsibilities of those reviewing and approving the claims will be discussed. The PMP will outline how claims will be documented and maintained for record keeping. This section will also describe strategies to minimize the potential for a dispute to escalate to a claim 3.2 Dispute Resolution Instructions: This subsection should detail how the Recipient will manage disputes between the Recipient and contractors, stakeholders, or partner agencies. In particular, the PMP should describe how the Recipient will manage its contractors to ensure grant agreement requirements are being met, and mitigation strategies in the event of poor contractor performance. Dispute resolution refers to how the Recipient will handle disagreements that may arise with contractors, stakeholders, or partner agencies during the project. For example, this includes mechanisms for escalating, documentation, resolution, and maintaining progress. A clear process that helps reduce disruption and ensures grant agreement requirements are met. 3.3 Project Management Plan Implementation Instructions: The Recipient will ensure effective implementation and use of the PMP throughout the project by applying procedures, keeping the plan current, communicating roles, and managing changes. The PMP will be maintained to reflect the project’s scope, schedule, and budget. Potential changes will be communicated to the FRA Project Manager, who will advise if a grant amendment is needed. Any amendment affecting budget, funding, scope, or schedule requires updating and resubmitting the PMP with revised budget and funding details. The Recipient will clearly communicate team roles and responsibilities and enforce project procedures for tracking, risk management, and reporting. Ongoing adherence to the PMP will be monitored and maintained throughout the project lifecycle, with expectations set for obtaining FRA concurrence on any significant changes. 3.4 Project Reporting Instructions: The section will discuss the reporting requirements the Recipient is responsible for under the grant agreement. This includes submitting quarterly project progress reports and federal financial reports (SF-425) throughout the project, as well as final project progress report and final financial information at project completion. This section outlines how the Recipient will gather and compile necessary information, assign responsibilities for report preparation and review, and ensure timely submission per the grant agreement. Regular reporting ensures transparency, compliance, and accountability to FRA throughout the project. The Recipient will host project coordination meetings with FRA and relevant stakeholders at least quarterly to facilitate communication and oversight. Additionally, any extra reporting conducted by the Recipient will be described, explaining how it supports or complements the required grant reports. SECTION 4. PROCUREMENT Instructions: This section of the PMP will describe how the Recipient will procure services related to professional services, environmental, design, and construction. This section will also outline how the procurement decisions are made including the selection of consultants, contractors, etc. in compliance with all Federal requirements (2 CFR 200.317-327, 2 CFR 1201.317, 2 CFR Part 184 (Buy America) and the General Terms and Conditions (Attachment 1 & Exhibits). Select the Applicable Services/Procurement Status or None ☐ Procurement Services Project Administration Planning Contracting Option ☐ New Procurement ☐ Existing Procurement ☐ Force Account ☐ Other: ☐ N/A ☐ New Procurement ☐ Existing Procurement ☐ Force Account ☐ Other: ☐ N/A Attachment 2 Task(s) Procurement Procedural Explanation and Documentation* *Insert Narrative* *Insert Narrative* *Insert a link(s) if available online. If not, please explain how the procurement decisions are made and managed including the selection of consultants, contractors, etc. SECTION 5. PROJECT EXECUTION This section of the PMP describes how the project will document key elements of Project Execution: Schedule, Budget, and Agreements. This section focuses on how the project team will implement the schedule, manage the budget, and uphold agreements, to achieve project goals efficiently. 5.1 Schedule The Recipient will provide an estimated project schedule in the table below. The Recipient will also Include a narrative explaining how the schedule will be adhered to and summarize schedule risks and mitigation strategies. Deliverable # Deliverable Estimated Completion Date 1.1 Project Management Plan 1.2 Final Performance Report Deliverable # Deliverable Estimated Completion Date 2.1 Preliminary Purpose and Need 2.2 Stakeholder Coordination Plan 3.1 Existing Conditions Report 3.2 Alternatives Analysis with Supporting Conceptual Engineering 3.3 Capital Cost Estimate 5.1.1 Implementation of Schedule: Instructions: The Recipient will describe how the project team will activate and maintain the schedule including key milestone tracking, use of project management software/tools, and mechanisms for integrating updates from contractors and stakeholders. 5.1.2 Progress Tracking: Instructions: The Recipient will explain how deliverables will be monitored on a weekly/monthly basis. 5.1.3 Schedule Adjustments: Instructions: The Recipient will define the protocols for addressing schedule deviations (delays or advances), including triggers for escalation, communicating schedule impacts to FRA and stakeholders, and updating the PMP schedule table.. 5.1.4 Schedule Risks: Instructions: The Recipient will detail any known issues that may delay schedule. 5.2 Budget and Cost The Recipient will prepare a project budget including all costs for planning phase funded under the Grant Agreement. The budget may be updated, and should account for risks to both cost and schedule. If a budget change is needed due to a changed condition, the updated cost estimate should document the change order associated with the work. A contingency plan that provides strategies to address cost overruns or funding gaps may be required if the project appears to be overrunning budgets. 5.2.1 Budget Execution: Instructions: The Recipient will summarize the approach to actualizing the budget, focusing on phased disbursement of federal and non-federal funds aligned with project milestones. 5.2.2 Expenditure Tracking: Instructions: The Recipient will outline methods (e.g., accounting software, internal controls) used to track actual costs versus budgeted amounts, including contingency usage. Version Date: December 11, 2023 Attachment 2 PROJECT-SPECIFIC TERMS AND CONDITIONS 2 Project-Specific Terms and Conditions Table of Contents ARTICLE 1: PROJECT-SPECIFIC DESIGNATIONS .............................................................................................. 4 1.1 Recipient ....................................................................................................................................... 4 1.2 Project and Purpose ...................................................................................................................... 4 1.3 Program Designations ................................................................................................................... 4 ARTICLE 2: SPECIAL TERMS AND CONDITIONS ............................................................................................. 4 ARTICLE 3: ADMINISTRATIVE INFORMATION ............................................................................................... 4 3.1 Application .................................................................................................................................... 4 3.2 FRA Awarding Official.................................................................................................................... 5 3.3 Federal Award Date ...................................................................................................................... 5 3.4 Program Name and Assistance Listings Number .......................................................................... 5 3.5 Recipient’s Unique Entity Identifier .............................................................................................. 5 3.6 Federal Award Identification Number .......................................................................................... 5 ARTICLE 4: STATEMENT OF WORK ................................................................................................................ 5 4.1 General Project Description .......................................................................................................... 5 4.2 Project Location ............................................................................................................................ 6 4.3 Project Scope ................................................................................................................................ 7 4.4 Implement Required Environmental Commitments................................................................... 13 ARTICLE 5: AWARD DATES AND ESTIMATED PROJECT SCHEDULE ............................................................. 13 5.1 Award Dates ................................................................................................................................ 13 5.2 Estimated Project Schedule ........................................................................................................ 13 ARTICLE 6: AWARD AND PROJECT FINANCIAL INFORMATION ................................................................... 14 6.1 Award Amount ............................................................................................................................ 14 6.2 Federal Obligation Information .................................................................................................. 14 6.3 Federal Authorization and Funding Source. ............................................................................... 14 6.4 Funding Availability ..................................................................................................................... 14 6.5 Approved Project Budget ............................................................................................................ 14 6.6 Pre-Award Costs .......................................................................................................................... 16 6.7 Phased Funding Agreement ........................................................................................................ 16 ARTICLE 7: PERFORMANCE MEASUREMENT INFORMATION ..................................................................... 16 3 ARTICLE 8: ENVIRONMENTAL COMPLIANCE ............................................................................................... 17 ARTICLE 9: CLIMATE CHANGE AND ENVIRONMENTAL JUSTICE IMPACTS .................................................. 19 9.1 Consideration of Climate Change and Environmental Justice Impacts ...................................... 19 9.2 Supporting Narrative ................................................................................................................... 20 ARTICLE 10: RACIAL EQUITY AND BARRIERS TO OPPORTUNITY ................................................................. 21 10.1 Efforts to Improve Racial Equity and Reduce Barriers to Opportunity ....................................... 21 10.2 Supporting Narrative ................................................................................................................... 21 ARTICLE 11: LABOR AND WORK .................................................................................................................. 21 11.1 Efforts to Support Good-Paying Jobs and Strong Labor Standards ............................................ 22 11.2 Supporting Narrative ................................................................................................................... 24 4 ARTICLE 1: PROJECT-SPECIFIC DESIGNATIONS 1.1 Recipient This Agreement (Agreement) is between the Federal Railroad Administration (FRA) and the City of Fort Collins (Recipient). 1.2 Project and Purpose The purpose of this award is to fund a Railroad Crossing Elimination (RCE) Program grant for the Over Vine Enhancing Rail Priorities and System Safety (OVERPASS) BNSF grade-separated project (Project), as described in Article 4 of this Attachment 2, to help achieve the goals identified in the Notice of Funding Opportunity for FY 2023-FY 2024 Railroad Crossing Elimination (RCE) NOFO, 89 FR 56788, that solicited applications for Federal financial assistance. FRA and the Recipient will accomplish that purpose by timely completing the Project and ensuring that this award does not substitute for non-Federal investment in the Project, except as proposed in the Application. 1.3 Program Designations (a) Research and Development. This award is not for research and development. (b) Project Size. This award is for a non-Major Project as that term is defined in FRA Guidance on Development and Implementation of Railroad Capital Projects, January 11, 2023 (Railroad Capital Projects Guidance). (c) Phased Funding. This award is not a phased funding agreement as further discussed in Section 6.7 of this Attachment 2. (d) Grant or Cooperative Agreement. This award is made as a Grant Agreement. (e) Security Risk. This award is for a Project that has a low security risk. (f) Rural Area. The information the Recipient provided to FRA, including in the Application, demonstrates this award is not for a Project in a Rural Area. ARTICLE 2: SPECIAL TERMS AND CONDITIONS There are no special terms for this award. ARTICLE 3: ADMINISTRATIVE INFORMATION 3.1 Application Application Title: Fort Collins Vine/Timberline Rail Grade Separation Application Date: September 23, 2024. 5 3.2 FRA Awarding Official FRA Office of Railroad Development Federal Railroad Administration 1200 New Jersey Ave, SE Washington, DC 20590 FRA-Grants@dot.gov 3.3 Federal Award Date The “Federal Award Date” is the effective date of this Agreement, as defined under Section 24.4 of Attachment 1 of this Agreement. 3.4 Program Name and Assistance Listings Number For the Railroad Crossing Elimination Program (RCE), the Assistance Listings Number is 20.327 and the Assistance Listings Title is Railroad Crossing Elimination. 3.5 Recipient’s Unique Entity Identifier The Recipient’s Unique Entity Identifier, as defined at 2 C.F.R. § 25.415, is VEJ3BS5GK5G1 and listed in Section 1B on the Agreement cover sheet. 3.6 Federal Award Identification Number The Federal Award Identification Number is listed in Section 2 on the Agreement cover sheet as the “Agreement Number.” ARTICLE 4: STATEMENT OF WORK 4.1 General Project Description Over Vine Enhancing Rail Priorities and System Safety (OVERPASS), a BNSF grade-separated project, is located on the newly designated Front Range Passenger Rail Corridor. This route was established in 2022 through the Federal Rail Administration (FRA) Corridor Identification Program. It is also an important project to connect the federally recognized disadvantaged communities in northeast Fort Collins to the businesses, schools, emergency services, and opportunities south of the BNSF tracks. Timberline Road is identified as Regionally Significant Corridor #16 in the North Front Range MPO Regional Transportation Plan 2050 NFRMPO 2050 Regional Transportation Plan. Due to its proximity to the Great Western Railway switching yard along the BNSF tracks, the roadway can be blocked for long periods. This has resulted in unreliable travel times and safety concerns. The area is experiencing substantial growth; over 10,000 new homes are expected in the next 3-5 years. By bridging Timberline Road over the BNSF tracks and the parallel Vine Drive, Fort Collins will reduce congestion, improve safety, improve system efficiency, add multimodal options, and provide much-needed access for disadvantaged neighborhoods. Fort Collins proposes to eliminate the crossing by creating an overpass along Timberline Road across the tracks and Vine Drive to alleviate the challenges at this rail crossing. Timberline Road will tie into its 6 existing footprint to the north and south while maintaining all existing access to residents and local businesses. Eastbound/westbound traffic will be encouraged to use a new arterial built just a half mile north of Vine Drive (Suniga Drive). The proposed solution will increase mobility and safety for more than 12 new planned residential units developing north of the project. Furthermore, it will reduce roadway congestion and related emissions from the residents' backyards adjacent to the crossing. Grade separating this crossing will make the crossing much safer, as vehicles will not need to stop if they are traveling either north/south or east/west. A significant drop in traffic accidents is anticipated from the grade separation. This grade-separated crossing will also improve the efficiency of vehicular traffic, eliminating the stop-and-go driving and idling time waiting on the train. This will help to reduce greenhouse gas (GHG) emissions within Fort Collins. By creating safe and comfortable bike and pedestrian facilities that connect to the City’s expansive bike network, residents will be encouraged to use active modes of travel. 4.2 Project Location The crossing (DOT 244647X) is located on the south leg of the intersection at Timberline Rd and Vine St. The intersection was recently improved with a traffic signal to mitigate its awkwardness. It sees a higher number of accidents than would be expected at an intersection this size. During peak traffic periods, this intersection can be backed up for a long distance in all directions, resulting in congestion at other nearby intersections along Timberline Road and Vine Drive. When trains pass through, the intersection becomes problematic. With the completion of future planned development in the area, approximately 36,960 additional weekday daily trips will be generated. The estimated increase in future traffic volumes in the vicinity of the Timberline Road and Vine Drive and BNSF intersection is indicative of the need for a grade- separated crossing, as congestion will increase without improvements. The GPS latitude and longitude coordinates for the Project start and end points are: • Latitude: 40.5959860 • Longitude: -105.029393 The project is contained within Colorado Congressional District No. 2, Joe Neguse. 7 4.3 Project Scope The Recipient will notify FRA in writing of any requested changes in Project Scope and will not proceed with the changed scope unless approved by FRA in writing. If approved, changes to Project Scope may require additional environmental review or an amendment to this Agreement. Task 1: Project Administration and Management Subtask 1.1: Project Administration The Recipient will perform all tasks required for the Project through a coordinated process, which will involve affected railroad owners, operators, and funding partners, including: • Larimer County • Great Western • Burlington Northern Santa Fe (BNSF) Railway • FRA The Recipient will facilitate the coordination of all activities necessary for implementation of the Project. The Recipient will: • participate in a Project kickoff meeting with FRA following award; • complete necessary steps to hire a qualified consultant/contractor to perform required Project work, as necessary; • hold regularly scheduled Project meetings with FRA; • inspect and approve work as it is completed; and • participate in other coordination, as needed. Subtask 1.2: Project Management Plan The Recipient will prepare a Project Management Plan (PMP), that describes how the Project will be implemented and monitored to ensure effective, efficient, and safe delivery of the Project on time and within budget. The PMP will describe, in detail, the activities and steps necessary to complete the tasks outlined in this Statement of Work. The PMP will include a Project Schedule and Project Budget for the work to be performed under this Agreement. The Project Schedule will be consistent with the Estimated Project Schedule in Section 5.2 of this Attachment 2 but provide a greater level of detail. Similarly, the Project Budget should be consistent with the Approved Project Budget in Section 6.5 of this Attachment 2 but provide a greater level of detail. The Recipient will submit the PMP to FRA for review and approval. The Recipient will implement the Project as described in the approved PMP. The Recipient will not begin work on subsequent tasks until FRA has provided written approval of the PMP, unless FRA has provided pre-award authority for such work under Section 6.6 of this Attachment 2. FRA will not reimburse the Recipient for costs incurred in contravention of this requirement. 8 FRA may require the Recipient to update the PMP. The Recipient will submit any such updates to FRA for review and approval, and FRA will determine if updates to the PMP require an amendment to this Agreement. The Project Budget and Project Schedule may be revised consistent with Article 5 of this Attachment 2without amending this Agreement. The Recipient will identify agreements governing the construction, operation, and maintenance of the Project in the PMP. If requested by FRA, the Recipient will provide FRA the final, executed copies of any agreements within ten business days of the request. The PMP will be consistent with the FRA Guidance on Development and Implementation of Railroad Capital Projects (Railroad Capital Projects Guidance) and 49 U.S.C. § 22903, as applicable. Subtask 1.3: Project Closeout The Recipient will submit a Final Performance Report as required by Section 7.2 of this Attachment 2 of this Agreement, which should describe the cumulative activities of the Project, including a complete description of the Recipient’s achievements with respect to the Project objectives and milestones. Task 1 Deliverables • Project Management Plan (PMP) • Final Performance Report Task 2: Existing Data Collection The Recipient will assess the condition of current rail operations and infrastructure and other conditions within the project area. This should include information on the roadway crossing characteristics, train operations and safety, maintenance activities, engineering/capacity constraints of the existing facilities or infrastructure. Identify any planned or programmed infrastructure improvements contained in state and local planning documents and check to see if rail operators have planned infrastructure enhancements. • Roadway Crossing Features: The number of highway lanes, highway speed limit, traffic flows, character of highway traffic through the railroad crossing, types of traffic control devices (including protective devices), land use, sight distance, topography, and distance to the next closest crossing. Include information on sidewalks, bicycle lanes and public transit (if this applies). • Train Operations: The number of train tracks, train speed and train traffic through the railroad crossing. • Safety: The safety of the highway-rail grade crossings (including crash history, near misses, injuries, fatalities, or incidences of rail-related trespassing for each railroad crossing, if such exists), and deficiencies that hinder achieving a higher level of safety. 9 Subtask 2.1: Transportation Technical Analysis The Recipient will conduct a transportation technical analysis of the railroad crossing. The Federal Highway Administration Scoping and Conducting Data-Driven 21st Century Transportation System Analyses (2017)0F 1 document can be used as a reference to help scope the technical analysis. The transportation technical analysis should be completed for each alternative. General considerations for the technical analysis should include the following items listed below. • Traffic counts per day that use the roadway now versus the traffic counts expected in the future, including any seasonal variation in traffic counts. Include pedestrian and bicycle counts if this applies • Determine the travel delay including the peak demand for each railroad crossing • Frequency and duration of roadway blockage by trains including sidewalks and bicycle lanes (if this applies) and consider peak demand for train operations • Discuss the direction the travel delays are occurring in (northbound, southbound, westbound, and eastbound) • The character of the adjacent road network and whether the railroad crossing creates access issues for the community, and does this consider future development projections close to the railroad crossing? For relevant circumstances, access issues for schools and/or emergency facilities If the Recipient is performing a microsimulation, section 6 (pages 42-55) in the Case Studies to Develop a Highway-Rail Grade Crossing Analysis Framework Using Microsimulation (2023)1F 2 document should be used for guidance. Additionally, the Recipient should provide the supporting data for the technical analysis and if any traffic analysis tool(s) were used to perform the work. The Recipient will work with the FRA to determine any further technical analysis and traffic simulation required to perform a thorough assessment of vehicle movements impacted by potential grade crossing changes. Task 2 Deliverables • Existing Conditions Report Task 3: Alternatives Analysis The Recipient will submit to FRA, for approval, an Alternatives Analysis report, which will determine the preliminary range of reasonable alternatives to carry forward into future project development phases. The Recipient must consider at least two alternatives which can include the no-build alternative along with at least one proposed alternative for the rail crossing. The Alternatives Analysis report will build upon completed and approved deliverables identified in Tasks 1, 2 and 5. Prior to initiating work under 1 Scoping and Conducting Data-Driven 21st Century Transportation System Analyses is available at https://ops.fhwa.dot.gov/publications/fhwahop16072/fhwahop16072.pdf 2 Case Studies to Develop a Highway-Rail Grade Crossing Analysis Framework Using Microsimulation is available at https://railroads.dot.gov/elibrary/case-studies-develop-highway-rail-grade-crossing-analysis- framework-using-microsimulation 10 Task 3 the Recipient will submit to FRA, for approval, a memo documenting the methodologies to be employed in carrying out Alternative Analysis. Subtask 3.1: Develop Methodologies Memo Describe the process the project team will use to develop, analyze, and select an alternative overpass configuration. The alternative development and screening process will evaluate designs for traffic efficiency/safety, right-of-way, environmental impacts, constructability, and long-term maintenance. Subtask 3.2: Recommendations Following the results of the screening alternatives, select the most favorable design to move forward with into conceptual design drawings. Task 3 Deliverables • Methodologies Memo • Alternative Analysis • Recommendation Task 4: Preliminary Environmental Impact Analysis The objective of this task is to identify key environmental considerations in the development of the alternatives to support future lifecycle stages of the Project’s development. The Recipient will perform a high-level qualitative socioeconomic, cultural, human environment, and natural environmental resource inventory and preliminary effects analysis as part of the development and screening of options concurrently with tasks 3.3 and 3.4. The Recipient can use the Railroad Capital Project Guidance (2023)2F 3 document section IV.b.ii.E as a high-level reference for developing the preliminary environmental analysis. Subtask 4.1: Preliminary Purpose and Need Statement The Recipient will develop, and submit to FRA for approval, a preliminary Purpose and Need statement to serve as the foundation for the Alternatives Analysis. The preliminary Purpose and Need is for project planning and will be subject to agency and public review and comment as part of a potential future NEPA process. Subtask 4.2: Environmental Desktop Review The Recipient will complete a desktop review to identify presence/absence of environmental resources and determine environmental constraints in support of the alternatives screening process and selection of a recommended alternative to advance to preliminary design and NEPA. The Recipient will review all available information through previous studies/reports, online resource databases, and environmental 3 Railroad Capital Project Guidance is available at https://railroads.dot.gov/elibrary/fra-guidance- development-and-implementation-railroad-capital-project 11 data available. A focused fieldwork investigation will confirm results of the desktop analysis and collect data relevant to the alternatives screening process. Task 4 Deliverables • Preliminary Purpose & Need Statement • Environmental Assessment Report Task 5: Stakeholder Coordination The Recipient acknowledges that work on Tasks 3 will not commence until the Task 5 Deliverables, have been completed, submitted to FRA, and the Recipient has received approval in writing from FRA to commence work on subsequent tasks. FRA will not reimburse the Recipient for costs incurred in contravention of this requirement. Subtask 5.1: Stakeholder Coordination Plan A Stakeholder Coordination Plan will need to identify key contacts within agencies, civic and business groups, public officials, relevant interest groups, present and potential riders/users, private service providers/shippers, other key stakeholder groups, and the public. The Stakeholder Coordination Plan will also identify potential state, local, and Federal agencies that should be consulted with. The plan will identify involvement activities linked to key milestones in the planning/conceptual engineering and alternatives analysis process and align with the Detailed Project Schedule from Task 1. The Recipient will prepare, and submit to FRA for approval, a Stakeholder Coordination Plan. Subtask 5.2: Stakeholder Outreach The identified stakeholders and agencies will be engaged in accordance with the Stakeholder Coordination Plan. This may be through focus groups, interviews, a stakeholder committee, or similar activities. Stakeholder outreach will be used to identify site-specific issues and better understand the context of the crossings within the study. Subtask 5.3: Public Meetings Public meetings held by the Recipient will need to align with the Stakeholder Coordination Plan. There will be at minimum three separate public meetings for the following milestones: • Project Introduction • Findings • Recommendations The meetings will involve the public in the planning process and relay information, including key milestones, in alignment with the Detailed Project Schedule from Task 1. The meetings should be publicized in accordance with FRA and FHWA guidelines to ensure the appropriate distribution of information. 12 Subtask 5.4: Project Website A project website will be developed, subject to FRA approval, to keep the public involved and serve as a singular location for all project information. The website will be updated frequently and follow the Stakeholder Coordination Plan’s guidance. Task 5 Deliverables • Stakeholder Coordination Plan • Project Meetings • Project Website • Public Engagement Summary Report Task 6: Conceptual Engineering The Recipient will develop conceptual engineering to a level sufficient to identify necessary infrastructure improvements and determine the cost estimates for each alternative. Conceptual engineering will include developing design criteria, track work concepts, structural concepts and roadway crossing concepts for grade separation or closure, track relocation, installation of protective devices (signals, signs, other and measures that improve safety), mobility enhancements, and technology solutions, etc. The Recipient will coordinate with key stakeholders including FRA on this task. The conceptual engineering designs will form the basis of the Project design and construction. The scope elements should fulfil the high-level conceptual engineering requirements found in the Railroad Capital Project Guidance (2023)3 document section V.b.ii.D. Subtask 6.1: Conceptual Design Plan The Recipient will prepare design plans to a level that can support a future NEPA analysis and ensure a safe and functional operation of the overpass through the design year. The design will result in a project footprint that supports local adopted plans such as the Active Modes Plan and will be evaluated for drainage. Construction, mitigation, operations, maintenance, and ownership agreements will be analyzed and documented at a level to support the final design phase. Subtask 6.2: Order of Magnitude Cost Estimates The objective of this task is to identify the capital cost to design, construct, and implement the proposed project. The Recipient will provide capital cost estimates for each alternative, including quantity and unit cost of each element relating to core track structures, roadway crossing enhancements, land acquisition, contingencies, and any new facilities or upgrades required for train operations. Task 6 Deliverables • Conceptual Design Plans • Cost Estimate 13 4.4 Implement Required Environmental Commitments The Recipient will implement the Project consistent with the documents and environmental commitments identified below. Instructions: To be completed in coordination with an FRA environmental protection specialist. If there are environmental commitments in the National Environmental Policy Act (NEPA) decision document, Section 106 Programmatic Agreement (PA), or Memorandum of Agreement (MOA), or in other documents or correspondence associated with the environmental review for the Project, include and complete Table 4-A. Table 4-A: Environmental Commitments Document Type Commitment Reference Document Date TBD TBD TBD ARTICLE 5: AWARD DATES AND ESTIMATED PROJECT SCHEDULE 5.1 Award Dates Budget Period End Date: TBD; estimated Month Day, Year. Period of Performance End Date: TBD; estimated Month Day, Year. 5.2 Estimated Project Schedule Milestones associated with this Agreement are identified in Table 5-A: Estimated Project Schedule. The Recipient will complete these milestones to FRA’s satisfaction by the Schedule Date, subject to Article 5 of Attachment 1 of this Agreement. The Recipient will notify FRA in writing when it believes it has achieved the milestone. Table 5-A: Estimated Project Schedule Milestone Schedule Date Task 1: Project Administration and Management 1-18 Months after NTP Task 2: Existing Data Collection 1-6 Months after NTP Task 3: Alternatives Analysis 6-12 Months after NTP Task 4: 10-18 Months after NTP Task 5: Stakeholder Coordination 2-18 Months after NTP Task 6: Conceptual Engineering 10-18 Months after NTP 14 ARTICLE 6: AWARD AND PROJECT FINANCIAL INFORMATION 6.1 Award Amount Agreement Federal Funds: $765,616.00 6.2 Federal Obligation Information Federal Obligation Type: Single 6.3 Federal Authorization and Funding Source. Authorizing Statute: Public Law 117–58 (2021); 49 U.S.C. 22909. Appropriation: Infrastructure Investment and Jobs Act, division J, title II, Public Law 117–58 (2021). 6.4 Funding Availability Program funding that is obligated under this Agreement remains available until expended. 6.5 Approved Project Budget The estimated total Project cost under this Agreement is $957,020.00. FRA will contribute a maximum of 80 percent of the total Project cost, not to exceed the Agreement Federal Funds in Section 6.1 of this Attachment 2. FRA will fund the Project at the lesser amount of the Agreement Federal Funds or the FRA maximum contribution percentage of total Project costs. The Recipient will contribute $191,404.00 in Agreement Non-Federal Funds. Recipient’s Agreement Non-Federal Funds are comprised of cash. The Recipient will complete the Project to FRA’s satisfaction within the Approved Project Budget, subject to Article 5 of this Attachment 2. 15 Table 6-A: Approved Project Budget by Task Task Title Federal Agreement Non- Federal Funds Total Subtask 1.1: Project Administration $30,636 $8,659 Task 2: Existing Data Collection $101,272 $25,318 $126,590 Subtask 2.1: Transportation Technical Analysis $101,272 $25,318 Task 3: Alternative Analysis $ 202,544 $ 50,636 $253,180 Subtask 3.1: Develop Methodologies Memo $50,000 $10,000 Subtask 3.2: Recommendations $152,544 $40,636 Task 4: Preliminary Environmental Impact Analysis $151,908 $37,977 $189,885 Subtask 4.1: Preliminary Purpose & Need Statement $21,000 $4,700 Subtask 4.2: Environmental Desktop Review $130,908 $33,977 Task 5: Stakeholder Coordination $70,890 $17,723 $88,613 Subtask 5.1: Stakeholder Coordination Plan $10,000 $2,000 Subtask 5.2: Stakeholder Outreach $10,000 $2,000 Subtask 5.3: Public Meetings $40,890 $11,723 Subtask 5.4: Project Website $10,000 $2,000 Conceptual Engineering $151,908 $37,977 $189,885 Subtask 6.1: Conceptual Design $130,908 $33,977 Subtask 6.2: Order of Magnitude Cost Estimate $21,000 $4,700 Contingency $36,458 $9,114 $45,572 Total $765,616 $191,404 16 Table 6-B: Approved Project Budget by Source Funding Source Total Amount Percentage of Total Project Cost Federal Share $765,616 80% RCE $ 765,616 80% Agreement Non-Federal Funds $ 191,404 20% City of Fort Collins $ 191,404 20% 6.6 Pre-Award Costs The incurrence of pre-award costs is to be determined upon grant selection. 6.7 Phased Funding Agreement Not applicable. ARTICLE 7: PERFORMANCE MEASUREMENT INFORMATION Table 7-A: Performance Measurement Table identifies the performance measures that this Project is expected to achieve. These performance measures will enable FRA to assess the Recipient’s progress in achieving grant program goals and objectives. The Recipient will report on these performance measures in accordance with the frequency and duration specified in Table 7-A. Upon Project completion, the Recipient will submit reports comparing the actual Project performance of the new and or improved asset(s) against the pre-Project (baseline) performance and expected post- Project performance as described in Table 7-A. The Recipient will submit the performance measures report to the Project Manager in accordance with Table 7-A. 17 Table 7-A: Performance Measurement Table Objective Performance Measure Measurement Reporting Completion of Stakeholder Coordination Plan Satisfactory completion of Stakeholder Coordination Plan Completion of Stakeholder Engagement Plan acceptable to FRA All Task 5 Deliverables are successfully completed and accepted and/or approved by FRA. Pre-Project (Baseline) Performance as of: NA NA Frequency: Once Expected Post- Project Performance: Duration: Following period of performance. Completion of Alternatives Analysis Satisfactory completion of Alternatives Analysis Completion of Alternatives Analysis acceptable to FRA. All Task 3 Deliverables are successfully completed and accepted and/or approved by FRA. Pre-Project (Baseline) Performance as of: NA NA Frequency: Once Project Performance: Duration: Following period of performance Completion of Purpose & Need Statement Satisfactory completion of Purpose & Need Statement Completion of Purpose & Need Statement acceptable to FRA All Task 4 Deliverables are successfully completed and accepted and/or approved by FRA. Pre-Project (Baseline) Performance as of: NA NA Frequency: Once Project Performance: Duration: Following period of performance ARTICLE 8: ENVIRONMENTAL COMPLIANCE Instructions: To be completed by an FRA environmental protection specialist to document compliance with NEPA prior to obligation. If there is no ground disturbance and the award is for (1) the project development stages of a project (e.g., planning, preliminary engineering, and/or NEPA); (2) research; or (3) a “full lifecycle” grant, provided the award requires notice to proceed to project implementation (e.g., final design or construction) after the completion of project development, and FRA has determined a categorical 18 exclusion applies, include the language below to identify the applicable categorical exclusion(s). Do not use this language for project implementation stages or for ground disturbing activity, including geotechnical studies. In accordance with the National Environmental Policy Act (NEPA; 42 U.S.C. § 4321 et seq.), other environmental statutes, related regulatory requirements, and FRA’s NEPA-implementing regulations (23 C.F.R. part 771), FRA has determined that the actions funded under this Agreement as described in this Attachment 2, Section 4.5, Tasks [XX], are categorically excluded from detailed environmental review pursuant to 23 C.F.R. § 771.116 (c) [(1), (3), or (8)]. In accordance with Section 106 of the National Historic Preservation Act (54 U.S.C. § 306108; 36 C.F.R. part 800), FRA has also determined that the actions funded under this Agreement have no potential to cause effects to historic properties. The actions do not require the use of property protected by Section 4(f) of the Department of Transportation Act (49 U.S.C. § 303; 23 C.F.R. part 774). Categorical exclusions (CEs) are actions identified in an agency’s NEPA-implementing procedures that do not normally have a significant impact on the environment and therefore do not require either an environmental assessment (EA) or environmental impact statement (EIS). See 40 C.F.R. § 1508.1(d). In analyzing the applicability of a CE, FRA also considered whether unusual circumstances are present that would warrant a more detailed environmental review through the preparation of an EA or EIS. In accordance with 23 C.F.R. § 771.116 (a) and (b), FRA has further concluded that no unusual circumstances exist with respect to development of the activities funded under this grant that might trigger the need for a more detailed environmental review. Should conditions or the scope of the action change, the Recipient must notify FRA and receive written response and notice to proceed before proceeding. FRA will evaluate whether this determination remains applicable or if additional environmental review is necessary. Instructions: If the award is for (1) project development that involves ground-disturbing activity; or (2) for project implementation (e.g., final design, construction, or acquisition), including project implementation as part of a full lifecycle grant without a notice to proceed to project implementation, FRA must complete the environmental review for the ground-disturbing activity or the final design and construction project prior to obligation, and document environmental review completion in the grant agreement using the following language: FRA signed a [type of environmental document] for this Project on [date] [and a [type of Section 106 agreement document] on [date]]. The Recipient [is/is not] responsible for complying with environmental commitments, such as mitigation measures and/or design features, described in the [type of environmental document], as identified in Section 4.4 of this Attachment 2. Should conditions or the scope of the action change, the Recipient must notify FRA and receive written response and notice to proceed before proceeding. FRA will evaluate whether this determination remains applicable or if additional environmental review is necessary. 19 ARTICLE 9: CLIMATE CHANGE AND ENVIRONMENTAL JUSTICE IMPACTS 9.1 Consideration of Climate Change and Environmental Justice Impacts Instructions: Insert an “X” in the left column in all applicable rows of the table below. For reach row marked, follow the relevant instructions to complete the supporting narrative in Section 9.2 of this Attachment 2. FRA expects the Recipient to mark at least one row in Section 9.1, 10.1, or 11.1 of this Attachment 2. FRA will work with the Recipient prior to obligation to understand and document the how the Recipient has or will consider climate change and environmental justice impacts in developing and implementing the Project. This Section identifies how the Project addresses climate change and environmental justice priorities. The Recipient certifies that rows marked with “X” in the following table are accurate: The Project directly supports a Local/Regional/State Climate Action Plan that results in lower greenhouse gas emissions. (Identify the plan in the supporting narrative below.) The Project directly supports a Local/Regional/State Equitable Development Plan that results in lower greenhouse gas emissions. (Identify the plan in the supporting narrative below.) The Project directly supports a Local/Regional/State Energy Baseline Study that results in lower greenhouse gas emissions. (Identify the plan in the supporting narrative below.) The Recipient or a Project partner used environmental justice tools, such as the EJSCREEN, to minimize adverse impacts of the Project on environmental justice communities. (Identify the tool(s) in the supporting narrative below.) The Project supports a modal shift in freight or passenger movement to reduce emissions or reduce induced travel demand. (Describe that shift in the supporting narrative below.) The Project utilizes demand management strategies to reduce congestion, induced travel demand, and greenhouse gas emissions. (Describe those strategies in the supporting narrative below.) The Project incorporates electrification infrastructure, zero-emission vehicle infrastructure, or both. (Describe the incorporated infrastructure in the supporting narrative below.) The Project supports the installation of electric vehicle charging stations. (Describe that support in the supporting narrative below.) The Project promotes energy efficiency. (Describe how in the supporting narrative below.) The Project serves the renewable energy supply chain. (Describe how in the supporting narrative below.) 20 The Project improves disaster preparedness and resiliency. (Describe how in the supporting narrative below.) The Project avoids adverse environmental impacts to air or water quality, wetlands, and endangered species, such as through reduction in Clean Air Act criteria pollutants and greenhouse gases, improved stormwater management, or improved habitat connectivity. (Describe how in the supporting narrative below.) The Project repairs existing dilapidated or idle infrastructure that is currently causing environmental harm. (Describe that infrastructure in the supporting narrative below.) The Project supports or incorporates the construction of energy- and location-efficient buildings. (Describe how in the supporting narrative below.) The Project includes recycling of materials, use of materials known to reduce or reverse carbon emissions, or both. (Describe the materials in the supporting narrative below.) The Project includes other actions or attributes that address climate change and environmental justice. (Describe those actions in the supporting narrative below.) X The Project does not include actions or attributes that address climate change and environmental justice but, before beginning construction of the Project, the Recipient will take relevant actions described below to address climate change and environmental justice impacts of the Project. (Identify the relevant actions in the supporting narrative below.) 9.2 Supporting Narrative Fort Collins residents have stated that they opt to take circuitous routes to and from their destination to avoid potential delays at the existing at-grade crossing, increasing vehicle miles traveled and emissions of air pollutants and GHGs, as well as worsening congestion on already heavily used roads. Although the additional emissions related to taking longer trips to avoid at grade crossings in Fort Collins cannot be precisely quantified at this time, it is known that a significant amount of GHGs emissions per year can potentially be avoided by eliminating the at grade crossing. One of the transportation strategies to reduce emissions of GHGs identified in the 2019 Fort Collins Air Quality Plan is to limit idling vehicles. Many citizens do not consider the financial, health, and environmental impacts of idling their vehicles while stopped at a rail crossing. Based on city staff observations of train movements and average vehicle delay times, EPA’s Motor Vehicle Emissions Simulator (MOVES) model estimates that approximately 14,000 tons of GHG emissions per year from idling vehicles could potentially be avoided by eliminating the at-grade crossing at Timberline Road/BNSF. 21 ARTICLE 10: RACIAL EQUITY AND BARRIERS TO OPPORTUNITY 10.1 Efforts to Improve Racial Equity and Reduce Barriers to Opportunity This Section identifies how the Project addresses efforts to improve racial equity and reduce barriers to opportunity. The Recipient certifies that rows marked with “X” in the following table are accurate: A racial equity impact analysis has been completed for the Project. (Identify a report on that analysis or, if no report was produced, describe the analysis and its results in the supporting narrative below.) The Recipient or a Project partner has adopted an equity and inclusion program/plan or has otherwise instituted equity-focused policies related to project procurement, material sourcing, construction, inspection, hiring, or other activities designed to ensure racial equity in the overall delivery and implementation of the Project. (Identify the relevant programs, plans, or policies in the supporting narrative below.) The Project includes physical-barrier-mitigating land bridges, caps, lids, linear parks, and multimodal mobility investments that either redress past barriers to opportunity or that proactively create new connections and opportunities for underserved communities that are underserved by transportation. (Identify the relevant investments in the supporting narrative below.) The Project includes new or improved walking, biking, and rolling access for individuals with disabilities, especially access that reverses the disproportional impacts of crashes on people of color and mitigates neighborhood bifurcation. (Identify the new or improved access in the supporting narrative below.) The Project includes new or improved freight access to underserved communities to increase access to goods and job opportunities for those underserved communities. (Identify the new or improved access in the supporting narrative below.) The Recipient has taken other actions related to the Project to improve racial equity and reduce barriers to opportunity. (Describe those actions in the supporting narrative below.) X The Recipient has not yet taken actions related to the Project to improve racial equity and reduce barriers to opportunity but, before beginning construction of the Project, the Recipient will take relevant actions described below to improve racial equity and reduce barriers to opportunity. (Identify the relevant actions in the supporting narrative below.) 10.2 Supporting Narrative According to the Climate and Economic Justice Screening Tool, the Timberline Road Overpass at Vine Drive and BNSF proposed project planning area is recognized as a disadvantaged community by the federal government (census tract: 08069001306). The area has both a high expected loss of economic value due to property/building damage and a 22 high expected rate of fatalities and injuries resulting from natural hazards that have some link to climate change. Additionally, this area suffers educational disparities, as demonstrated by the high rates of the population who do not complete high school and of non-enrollment in college, university or graduate school. Finally, the incidences of household income less than or equal to twice the federal poverty level exceeds the established criteria. The current lack of a grade-separated rail crossing, as well as pedestrian and bicycle facilities in this area makes traversing Timberline Road and Vine Drive an increased safety risk and a potential loss of limited personal time, making trips to the farther grocery store option more desirable. Many K–12 students in the region bike or walk to school. Although some schools are not located in particularly pedestrian or bicycle-friendly areas, many students have no other choice. The benefits of biking or walking to school include lower transportation costs for school districts and families, reduced student absences and tardiness, healthier students, improved academic performance, and fewer asthma attacks. These benefits, however, cannot be realized if safe walking and biking conditions do not exist around the school. According to the Poudre School District school locator mapping tool, there are no public or charter schools located to the east of Timberline Road and only a single elementary school is located to the north of Vine Drive. Therefore, many students must traverse the at-grade crossing, which increases the safety risks of walking and biking. ARTICLE 11: LABOR AND WORK 11.1 Efforts to Support Good-Paying Jobs and Strong Labor Standards This Section identifies the Recipient’s efforts to support good-paying jobs and strong labor standards related to the Project. The Recipient certifies that rows marked with “X” in the following table are accurate: The Recipient or a Project partner has adopted the use of project labor agreements in the overall delivery and implementation of the Project. (Identify the relevant agreements and describe the scope of activities they cover in the supporting narrative below.) The Recipient or a Project partner has adopted the use of local and economic hiring preferences in the overall delivery and implementation of the Project, subject to all applicable State and local laws, policies, and procedures. (Describe the relevant provisions in the supporting narrative below.) The Recipient or a Project partner has adopted the use of registered apprenticeships in the overall delivery and implementation of the Project. (Describe the use of registered apprenticeships in the supporting narrative below.) The Recipient or a Project partner will provide training and placement programs for underrepresented workers in the overall delivery and implementation of the Project. (Describe the training programs in the supporting narrative below.) 23 The Recipient or a Project partner will support free and fair choice to join a union in the overall delivery and implementation of the Project by investing in workforce development services offered by labor-management training partnerships or setting expectations for contractors to develop labor-management training programs. (Describe the workforce development services offered by labor-management training partnerships in the supporting narrative below.) The Recipient or a Project partner will provide supportive services and cash assistance to address systemic barriers to employment to be able to participate and thrive in training and employment, including childcare, emergency cash assistance for items such as tools, work clothing, application fees and other costs of apprenticeship or required pre-employment training, transportation and travel to training and work sites, and services aimed at helping to retain underrepresented groups like mentoring, support groups, and peer networking. (Describe the supportive services and/or cash assistance provided to trainees and employees in the supporting narrative below.) hire from certain workforce programs that serve underrepresented groups. (Identify the relevant agreements and describe the scope of activities they cover in the supporting plan to promote equal opportunity, including removing barriers to hiring and preventing harassment on work sites, and that plan demonstrates action to create an inclusive environment with a commitment to equal opportunity, including: a. affirmative efforts to remove barriers to equal employment opportunity above and beyond complying with Federal law; b. proactive partnerships with the U.S. Department of Labor’s Office of Federal Contract Compliance Programs to promote compliance with EO 11246 Equal Employment Opportunity requirements; c. no discriminatory use of criminal background screens and affirmative steps to recruit and include those with former justice involvement, in accordance with the Fair Chance Act and equal opportunity requirements; d. efforts to prevent harassment based on race, color, religion, sex, sexual orientation, gender identity, and national origin; e. training on anti-harassment and third-party reporting procedures covering employees and contractors; and f. maintaining robust anti-retaliation measures covering employees and contractors. (Describe the equal opportunity plan in the supporting narrative below.) The Recipient has taken other actions related to the Project to create good-paying jobs with the free and fair choice to join a union and incorporate strong labor standards. (Describe those actions in the supporting narrative below.) 24 X The Recipient has not yet taken actions related to the Project to create good-paying jobs with the free and fair choice to join a union and incorporate strong labor standards but, before beginning construction of the Project, will take the relevant actions described below. (Identify the relevant actions in the supporting narrative below.) 11.2 Supporting Narrative The current planning lifecycle stage of the Project does not directly generate employment opportunities. However, should the Project be selected for funding, it is anticipated to create significant job opportunities, with a strong emphasis on supporting disadvantaged businesses and supporting unionized labor. By focusing on these aspects, the Project supports the creation of good-paying jobs, promotes workforce development, and contributes to local economic growth while adhering to high labor standards. ### 5.2.3 Financial Risk Management: Instructions: The Recipient will address risk mitigation around cost overruns, including early warning indicators and corrective actions. 5.2.4 Cost Reporting: Tie this with financial reporting requirements discussed in the Management Controls section. 5.3 Agreements Instructions: The Recipient will identify and describe all agreements governing the construction, operation, and maintenance of the project. This includes, but is not limited to, any labor agreements, railroad and third-party agreements, and contracts with suppliers, contractors, and service providers. The Recipient will outline plans for managing legislative, governmental, intergovernmental, community, and public relations, as well as labor and third-party agreements. A procurement plan and identified contract types (fixed-price, cost-reimbursable, or time-and-materials), will be included with contracts with suppliers, contractors, and service providers 5.3.1 Overview of Key Agreements: Instructions: The Recipient will provide an inventory and status summary of critical agreements (labor contracts, railroad, interagency MOUs) that directly affect execution 5.3.2 Stakeholder Coordination: Instructions: The Recipient will describe coordination protocols with third-party partners, including dispute avoidance/resolution strategies that tie into management controls. 5.3.4 Documentation and Record Keeping: Instructions: The Recipient will discuss maintenance of auditable records of agreements, contract amendments, correspondence, and compliance checks.