Loading...
HomeMy WebLinkAboutRFP - 10233 Front Range Passenger Rail - Station Area Planning Fort Collins & Loveland RFP 10233 Front Range Passenger Rail – Station Area Planning Page 1 of 49 REQUEST FOR PROPOSAL 10233 FRONT RANGE PASSENGER RAIL – STATION AREA PLANNING FORT COLLINS & LOVELAND RFP DUE: 3:00 PM MT (Mountain Time), NOVEMBER 17, 2025 The City of Fort Collins in collaboration with the City of Loveland are requesting proposals from qualified Professionals to identify station locations for Loveland and Fort Collins that meet the required criteria for full build out of Front Range Passenger Rail via Joint Service. Site locations will be fully assessed to meet design criteria and have been subject to extensive public and stakeholder outreach. Through coordination with the Colorado Department of Transportation (CDOT), CDOT’s preference is that chosen stations for Joint Service may be the same site as the long-term Front Range Passenger Rail District (FRPR) but may be different due to extenuating circumstances. This project will also identify the long-term station location and a phasing plan between the two planned services if they are different. At the end of this project the Cities of Fort Collins and Loveland will be fully coordinated with the larger passenger rail effort, be ready for any National Environmental Policy Act (NEPA) requirements and prepared to engineer any required improvements to accept rail service. Award under this RFP is subject to appropriation of funds. This project is funded utilizing federal funds and local funds from each municipality. Each Cities share of the project cost is subject to their respective City Council’s appropriation of funds which is anticipated to be completed in November 2025. Because this solicitation is federally funded, proposals must NOT include pricing. As part of the City’s commitment to sustainability, proposals must be submitted online through the Rocky Mountain E-Purchasing System (RMEPS) at http://www.bidnetdirect.com/colorado/city- of-fort-collins. Note: please ensure adequate time to submit proposals through RMEPS. Proposals not submitted by the designated Opening Date and Time will not be accepted by RMEPS. All questions should be submitted, in writing via email, to Gerry Paul, Purchasing Director at gspaul@fcgov.com, with a copy to Seth Lorson, Senior Transportation Planner, at slorson@fcgov.com, no later than 3:00 PM MT on October 31, 2025. Please format your e- mail to include: RFP 10233 FRONT RANGE PASSENGER RAIL – STATION AREA PLANNING in the subject line. Questions received after this deadline may not be answered. Responses to all questions submitted before the deadline will be addressed in an addendum and posted on the Rocky Mountain E-Purchasing System webpage. Rocky Mountain E-Purchasing System hosted by BidNet A copy of the RFP may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins. This RFP has been posted utilizing the following Commodity Code(s): 90656 Landscape Architecture 90657 Land Development and Planning - Architectural 90664 Planning, Uban Financial Services Purchasing Division nd Floor 970.221.6775 970.221.6707 fcgov.com/purchasing RFP 10233 Front Range Passenger Rail – Station Area Planning Page 2 of 49 91842 Engineering Consulting 91892 Urban Planning Consulting 92517 Civil Engineering 92533 Engineer Services, Professional 92535 Environmental Engineering 92561 Land Development and Planning/Engineering 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 RFP 10233 Front Range Passenger Rail – Station Area Planning Page 3 of 49 exception to participating in Direct Deposit (Electronic) payments please clearly note such in your proposal as an exception. The City may waive the requirement to participate in Direct Deposit (Electronic) payments at its sole discretion. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision-making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or Sham Proposals: Any proposal deemed to be collusive, or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. 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 10233 Front Range Passenger Rail – Station Area Planning Page 4 of 49 I. BACKGROUND & OBJECTIVE / OVERVIEW A. Overview Colorado State legislation created the Front Range Passenger Rail District (FRPRD) to bring intercity passenger rail service from Pueblo to Fort Collins with the long-term vision of connecting to New Mexico and Wyoming. The FRPRD has recently authorized an Intergovernmental Agreement (IGA) with the Colorado Department of Transportation (CDOT), Clean Transit Enterprise (CTE), Colorado Transportation Investment Office (CTIO), Regional Transportation District (RTD), and the Governor’s Office creating a Joint Service Executive Oversight Committee (JSEOC). JSEOC is tasked with creating a rail service from Denver to Fort Collins which is targeted to begin in 2029 with three round trips per day. The cities of Fort Collins and Loveland are working to identify passenger rail station locations suitable for Front Range Passenger Rail. The station location will need to meet minimum criteria for size and service as outlined by the FRPRD and Colorado Department of Transportation (CDOT). The process will require close coordination with several entities: CDOT, FRPR, BNSF Railroad, local city councils, and the JSEOC. The City of Fort Collins and the City of Loveland have contributed to the following scope of work which will be divided to separately address the needs of each community under a single competitive RFP process. It is the Cities’ intent to contract with a single Professional team capable of completing the project in its entirety. The Cities of Fort Collins and Loveland have provided separate scopes of work for accounting and grant administration purposes. The City of Fort Collins intends to award one contract with separate work orders for each municipality. Each work order will incorporate the respective City’s final Scope of Work. Award under this RFP is subject to appropriation of funds. This project is funded utilizing federal funds and local funds from each municipality. Each Cities share of the project cost is subject to their respective City Council’s appropriation of funds which is anticipated to be completed in November 2025. The Federal Terms and Conditions are attached to this RFP in Exhibit G. Because this project will be funded with federal funds, proposals must NOT include any pricing information. The City will follow Brooks Act procedures and negotiate direct labor and overhead with the most qualified firm. Please submit information regarding any experience you have with federal projects. B. Purpose The principal purpose of this project is to identify station locations for Loveland and Fort Collins that meet the required criteria for Joint Service full build out of Front Range Passenger Rail (FRPR). Site locations will be fully assessed to meet design criteria and have been subject to extensive public and stakeholder outreach. Station locations for Joint Service are currently being evaluated by CDOT. The principal criteria being used is cost and efficiency. CDOT’s preference is that chosen stations for Joint Service may be the same site as the long-term Front Range Passenger Rail District (FRPR) but may be different due to extenuating circumstances. Should the station locations differ from Joint Service, this project will also identify the long-term station RFP 10233 Front Range Passenger Rail – Station Area Planning Page 5 of 49 location and a phasing plan between the two planned services. At the end of this project the Cities of Fort Collins and Loveland will be fully coordinated with the larger passenger rail effort, be ready for any NEPA requirements, and prepared to engineer any required improvements to accept rail service. C. Coordination The project will need to be closely coordinated with the FRPRD, CDOT, and JSEPC. The JSEOC is presently working to identify station locations for Joint Service and may need additional assistance when this project begins. Local effort is currently underway to begin identifying suitable sites and evaluation criteria. The proposed process will refine work already done and coordinate funding, timing, criteria, railroad requirements, expectations, leadership, and approvals to ensure smooth implementation of Joint Service for Fort Collins and Loveland. Coordination with the JSEOC (or their designee) will play a major role in the scope of work and schedule for this project. The process should expect to be flexible based on changes informed by the greater effort. II. SCOPE OF PROPOSAL A. Scope of Work The following outlines the scope of work needed to identify suitable station locations for long-term Front Range Passenger Rail service. Some additional analysis of Joint Service stations and service may be required depending on coordination with the JSEOC. Final work plans will outline a phased approach to the project. The Cities of Fort Collins and Loveland each plan to have station locations for the same proposed passenger rail project. Each municipality will require customized station analysis and community engagement. Some tasks identified below may be adequate for both communities’ needs while others will require community-specific work. A successful proposal will help identify items that are general versus custom to each community. The Cities of Fort Collins and Loveland have provided separate scopes of work for accounting and grant administration purposes and will be reflected in the contract with independent work orders for each municipality. B. City of Fort Collins 1. Work Plan and Public Involvement Plan • Fort Collins budget $250,000 • Work Plan: The project management plan will be created in collaboration with the City of Fort Collins based on the successful team’s proposal, this scope of work, and direct communication with the project management team. The work plan will include, at a minimum, the following: o Project team goals and objectives o Project management plan o Team communication plan o Team member and role list o Meeting schedule and updates o At least one site visit o Project schedule and deliverable deadlines o QA/QC protocols RFP 10233 Front Range Passenger Rail – Station Area Planning Page 6 of 49 • Public Involvement Plan (PIP) The PIP will be developed with the City of Fort Collins based on a consensus regarding the level of public and stakeholder involvement deemed necessary. The tasks below have not specifically identified public involvement needs, this will need to occur during the work plan development. The PIP will include, at a minimum, the following: o Engagement goals and level of engagement o Stakeholder list: business community, mobility advocacy community, CSU, community members at large, City boards and commissions, Larimer County etc. o Engagement schedule as it relates to the project schedule o Tools and techniques for engagement o Team members allocated to each engagement strategy/meeting • Deliverables: o Project Work Plan o Public Involvement Plan 2. Vision, goals, and objectives This task is a collaborative effort seeking to align understanding of the goals for the various groups involved. The FRPRD, JSEOC, City of Fort Collins, and City of Loveland have policy directions that need to be in sync to move forward with successful station planning and implementation. This information will guide project direction and decisions. Informing the project vision, goals, and objectives include, at a minimum, the following: • FRPR station planning principles • City of Fort Collins o Council priorities o City Plan/Strategic Plan o State and local Transportation and Land Use policy plans o Current and planned development along the BNSF corridor o Current and planned capital projects • Deliverables: o Vision, goals and objectives document 3. Assumptions documentation and lessons learned • Prior to the development of the program and station sites identification, the team will document any base assumptions; as well as lessons learned from other similar studies that may be helpful to the process. This could include: o Service plans - As a baseline the team will confirm the service plan assumptions for both Joint Service and full buildout of the FRPRD (frequency, timetable, dwell, etc.). o Peer studies – A simple review and discussion with the agency leads of recent station location studies for Colorado Springs and Pueblo will be completed. o Other – Other technical and base assumptions TBD. • Deliverables: o Assumptions and lessons learned document RFP 10233 Front Range Passenger Rail – Station Area Planning Page 7 of 49 4. Site location Criteria and Evaluation Process Several sources of criteria exist including work done with the Service Development Plan (SDP), City of Fort Collins identified additional criteria, and criteria specific to the delivery of Joint Service. This task will separate Joint Service from FRPR with an intent to provide adequate information to decide on a station for Joint Service in the short term. The work will set the foundation to evaluate station options for the longer term FRPR service. Joint Service: • Station locations for Joint Service are currently being evaluated by CDOT. The principal criteria being used is cost and efficiency. • The platform and station design is significantly different from FRPR and may be temporary until FRPR is able to financially support the larger vision. • Depending on the status and outcome of CDOT’s assessment, this project may be asked to further the site evaluation, community engagement, and/or site planning for Joint Service. Front Range Passenger Rail (FRPR): Critical to the outcome of the site evaluation process is understanding the anticipated timeline for a district-wide ballot initiative and full development of the service. This will inform the ability of Fort Collins to possibly acquire and redevelop a new site for a train station. • Sites that may be evaluated for Front Range Passenger Rail include: o Vine and Linden o Downtown Transit Center o Colorado State University (CSU) main campus o Transfort MAX Drake Station o Drake and McClelland (south of Drake) o Transfort MAX Horsetooth Station o Transfort South Transit Center • FRPR station location identification and development criteria: o SDP Criteria: Ridership, site location and ownership, size and configuration, parking, land use, multimodal connectivity, traffic operations, railroad operations, site physical features, environmental considerations, local economic development and/or transit-oriented development (TOD) goals, prior planning, cost considerations. Some of these criteria are more relevant to this effort than others and will be thoroughly vetted in this process. o City of Fort Collins local criteria: non-displacement/gentrification, equity (Title VI Requirements), vibrancy/sense of place, economic development opportunities, proximity to activity centers, updated service snapshot with anticipated ridership: volume, purpose, and demographics. o FRPR criteria: finalized platform size, siding size, station program and dimensional requirements (this may be informed by community involvement and each site may have different needs such as if it is combined with a Bustang station or already includes parking and transit etc...) • FRPR evaluation: o The seven sites identified should use a process of elimination based on criteria identified. This process should narrow the sites to three, including whichever site is chosen for Joint Service. o The three chosen sites should have a greater depth of evaluation with consideration toward next steps such as property acquisition, redevelopment, and cost. RFP 10233 Front Range Passenger Rail – Station Area Planning Page 8 of 49 • Deliverables: o Evaluation report for seven identified sites o Final three sites identification report 5. Site planning and costing Site layouts for the three final sites should be informed by community involvement and site constraints. The site plan will include, at a minimum, the following: • Platform and access • Passenger circulation and amenities (shelter, seating, variable message signs, speakers, security, ticket vending etc...) • Safety & security: EMS, fire etc... • Parking • Integration with existing and future multi-modal facilities • Pick-up/drop-off etc... • Mixed-use with possible integration with a transit facility • Integration with a future mobility hub • Other – TBD • Deliverables: o Three station site plans o Effort outlined to achieve each site plan o Cost estimates for acquisition and development 6. Next steps implementation and funding options • Based on the preferred sites identified, the team will develop a strategy with the PMT for next steps implementation and funding options. o Funding sources (grants, etc.) for relevant city commitments for stations implementation (Joint Service and FRPR) o National Environmental Policy Act (NEPA) clearance o Joint Service next steps and requirements o FRPR next steps and requirements o Timeline for implementation and phasing • Deliverables: o Draft and final next steps implementation and funding memorandum 7. Final documentation and presentation • The team will develop a final report documenting the process, sites development, evaluation, engagement, and outcomes. This report will build upon the memoranda developed throughout the project. • Deliverables: o Draft and final report and appendixes o Presentation outlining process and outcome C. City of Loveland 1. Work Plan and Public Involvement Plan • Loveland budget $150,000 • Work Plan: The project management plan will be created in collaboration with the City of Loveland based on the successful team’s proposal, this scope of work, and direct RFP 10233 Front Range Passenger Rail – Station Area Planning Page 9 of 49 communication with the project management team. The work plan will include, at a minimum, the following: o Project team goals and objectives o Project management plan o Team communication plan o Team member and role list o Meeting schedule and updates o At least one site visit o Project schedule and delivery deadlines o QA/QC protocols • Public Involvement Plan (PIP) The PIP will be developed with the City of Loveland based on a consensus regarding the level of public and stakeholder involvement deemed necessary. The tasks below have not specifically identified public involvement needs; this will need to occur during the workplan development. The PIP will include, at a minimum, the following: o Engagement goals and level of engagement o Stakeholder list:  Community at large, public stakeholders  City of Loveland Boards and Commissions  Business community and organizations  Transit and multimodal advocacy groups  neighborhood associations and organizations  other relevant stakeholders TBD o Engagement schedule as it relates to the project schedule o Tools and techniques for engagement o Team members allocated to each engagement strategy/meeting • Deliverables: o Project Work Plan o Public Involvement Plan 2. Vision, goals, and objectives This task is a collaborative effort seeking to align understanding of the goals for the various groups involved. The FRPR District, CDOT, City of Fort Collins, and City of Loveland have policy directions that need to be in sync to move forward with successful station planning and implementation. This information will guide project direction and decisions. Informing the project vision, goals, and objectives include, at a minimum, the following: • FRPR station planning principles • Loveland local goals o Council priorities o City Plan/Strategic Plan o State and local Transportation and Land Use policy plans o Current and planned development along the BNSF corridor o Current and planned capital projects • Deliverables: o Joint team visioning and goals development meeting materials, facilitation, and summary. o Draft and final memorandum documenting the common vision; as well as any city specific goals and objectives. o Draft and final graphic presentation of vision, goals, and objectives (for simple presentation with stakeholders) RFP 10233 Front Range Passenger Rail – Station Area Planning Page 10 of 49 3. Assumptions documentation and lessons learned • Prior to the development of the program and station sites identification, the team will document any base assumptions; as well as lessons learned from other similar studies that may be helpful to the process. This could include: o Service plans - As a baseline the team will confirm the service plan assumptions for both Joint Service and full buildout of the FRPRD (frequency, timetable, dwell, etc.). o Peer studies – A simple review and discussion with the agency leads of recent station location studies for Colorado Springs and Pueblo will be completed. o Other – Other technical and base assumptions TBD. • Deliverables: o Assumptions and lessons learned document 4. Site location Criteria and Evaluation Process Several sources of criteria exist including work done with the Service Development Plan (SDP), and locally identified criteria. The task will evaluate station locations for FRPR full build out and may consider phasing from Joint Service to full build out should the stations be different. • Sites that may be evaluated include: o Loveland Downtown BNSF o Loveland Depot/MOC • Evaluation Criteria o The Professional will work with the PMT to define the evaluation process and criteria to compare potential station sites. o Criteria development will build upon the SDP with additional local criteria. o Criteria categories may include: o SDP Criteria  Ridership, site location and ownership, size and configuration, parking, multimodal connectivity, traffic operations, railroad operations, site physical features, local economic development and/or transit-oriented development (TOD) goals, environmental considerations, cost considerations o Loveland Criteria  Ownership/ROW  Environmental  Community input  Property value and tax valuation  Economic development  Multimodal connections (transit, active modes facilities)  Other – TBD. o FRPR criteria:  finalized platform size, siding size, station program and dimensional requirements • Deliverables: o Draft and final memorandum detailing the agreed upon evaluation process, criteria development, and final criteria categories and measures RFP 10233 Front Range Passenger Rail – Station Area Planning Page 11 of 49 5. Site selection criteria/layout/initial costing • Develop draft station program for the proposed station location in partnership with the PMT. The general program will define the desired uses and general sizing for the components of the station, not the specific layouts of design. This exercise aims to create a general assignment of the potential space needed for each use (approximate square footage). With this information, it will be simple to decide if a potential site for consideration can meet the basic parameters for the station prior to developing layouts or more detailed analysis. The program should consider the space needed for basic components of the station including: o Rail features – General percentage of the program associated with rail features such as track, platform, access, etc. o Transit access – General percentage of the program for transit stop, boarding, alighting, etc. o Multimodal access – General percentage of the program for walking, bike, or other active transportation access, etc. o Building – Is a station building desired? If so, what percentage of the site would be dedicated and what is its core function? Consider factors such as waiting areas, restrooms, office space, retail, restaurants, etc. o Public space and landscaping – Define a potential percentage of the site associated with these elements. o Parking and vehicle access – Is parking needed and if so what potential percentage of the site should be dedicated to parking, drive aisles, etc. o A basic layout (design on aerial) will be developed for each station location site identified prior to evaluation. This layout will provide a conceptual understanding of the configuration of the program on each site; as well as potential constraints and high-level impacts. • Base cost ranges will be developed for comparative evaluation purposes only. 6. Evaluation • Station sites will be evaluated by applying the criteria previously developed • A preferred site for FRPR (full buildout) will be developed and documented. • Deliverables: o Draft and final evaluation memorandum and supporting materials for the evaluation, including justification and supporting graphics. 7. Site Planning and Costing • Layouts of the preferred site(s) will be refined and further developed to incorporate stakeholder feedback • Phasing plans will be included from Joint Service to full build out (if stations differ from Joint Service) • A detailed cost range will be developed • Elements to be included o Platform and access. o Passenger circulation and amenities (shelter, seating, variable message signs, speakers, security, ticket vending etc.). o Safety & security: EMS, fire etc. o Parking. o Pick-up/drop-off etc. o Mixed-use with possible integration with a transit facility. o Integration with a future mobility hub. o Other – TBD. RFP 10233 Front Range Passenger Rail – Station Area Planning Page 12 of 49 • Conceptual quantities and relevant unit costs will be identified based on the site layout and recent local cost estimates. At this early level of design, cost estimate ranges with appropriate contingency will be provided and documented. 8. Next steps: implementation and funding options • Based on the preferred site(s) identified, the team will develop a strategy with the PMT for next steps implementation and funding options. o Funding sources (grants, etc.) for relevant city commitments for stations implementation o National Environmental Policy Act (NEPA) clearance o FRPR next steps and requirements o Timeline for implementation and phasing • Deliverables: o Draft and final next steps implementation and funding memorandum 9. Final documentation and presentation • The team will develop a final report documenting the process, sites development, evaluation, engagement, and outcomes. This report will build upon the memoranda developed throughout the project. • Deliverables: o Draft and final report and appendixes o Presentation outlining process and outcome D. Anticipated project schedule: The following represents the City’s target schedule for the RFP. The City reserves the right to amend the target schedule at any time. • RFP issuance: October 20, 2025 • Question deadline: 3:00 PM MT on October 31, 2025 • Proposal due date: 3:00 PM MT on November 17, 2025 • Interviews (tentative): Week of December 1, 2025 • Award of Contract (tentative): December 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. 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. RFP 10233 Front Range Passenger Rail – Station Area Planning Page 13 of 49 G. Fees, Licenses, Permits The successful Professional shall be responsible for obtaining any necessary licenses, fees or permits without additional expense to the City. All vehicles and equipment shall be properly licensed and insured, carry the appropriate permits and be placarded as required by law. H. Laws and Regulations The Professional agrees to comply fully with all applicable local, State of Colorado and Federal laws and regulations and municipal ordinances to include American Disabilities Act (ADA). I. Price Schedule This RFP will NOT have a Price Schedule included as this competitive process will follow the Brooks Act federal funding requirements. This will be a two-step qualification based selection process with the selections based on each Professional’s demonstrated competence and qualifications. After the final selection is made by the Cities based on the Professional’s qualifications, the Cities will request the top ranked firm to submit a fee proposal stating direct and indirect costs. This fee proposal will be the basis for the parties to negotiate the contract pricing. In the event a fee is not agreed upon in a reasonable time, the Cities will conclude negotiations with the top-ranked firm and initiate negotiations with the second-ranked firm. Billings and payments will be made using this negotiated Price Schedule. J. Invoicing and Payment Invoices should be emailed monthly to invoices@fcgov.com with a copy to the Project Manager. The cost of the work completed shall be paid to the Professional each month following the submittal of a correct invoice by the Professional indicating the project name, work order number, purchase order number, task description, hours worked, personnel/work type category, hourly rate for each employee/work type category, date of the work performed specific to the task, percentage of that work that has been completed by task, 3rd party supporting documentation with the same detail and a brief progress report. Payments will be made using the prices stated in the Agreement. In the event a service is requested which is not stated in the Agreement, the Professional and the City will negotiate an appropriate unit price for the service prior to the Professional initiating such work. The City pays invoices on Net 30 terms. III. PROPOSAL SUBMITTAL Please limit the total length of your proposal to a maximum of fifty (50) 8 ½ x 11” pages (excluding cover pages, table of contents, dividers and Acknowledgement form). Font shall be a minimum of 10 Arial and margins are limited to no less than .5” for sides and top/bottom. Extended page sizes, such as 11” x 17”, count as a single page and may be used for detailed pricing. Links to other files or websites shall not be permitted. Proposals that do not conform to these requirements may be rejected. RFP 10233 Front Range Passenger Rail – Station Area Planning Page 14 of 49 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 Cities. 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 Cities shall not reimburse any firm for costs incurred in the preparation and presentation of their proposal. A. Cover Letter / Executive Summary The Executive Summary should highlight the content of the proposal and features of the program offered, including a general description of the program and any unique aspects or benefits provided by your firm. Indicate your availability to participate in the interviews on the proposed dates as stated in the Schedule section. B. Professional Information 1. Describe the Professional’s business and background 2. Number of years in the business 3. Details about ownership 4. An overview of services offered and qualifications 5. Size of the firm 6. Location(s) of offices. If multiple, please identify which will be the primary for our account. 7. Primary contact information for the company including contact name(s) and title(s), mailing address(s), phone number(s), and email address(s). C. Scope of Proposal Please provide detailed responses to the items below. 1. Proposed Services Narrative Describe the full range of services your team proposes to deliver. Address how your proposal aligns with the Scope of Work. Include any additional services or approaches that may enhance the project’s value, feasibility, or impact. 2. Project Management & Responsibility Explain how the project will be managed and coordinated. Identify the project manager and describe their role in ensuring on-time delivery within the grant’s period of performance, integration across disciplines, and quality control. Discuss team coordination strategies to ensure cross-functional collaboration between engineering, ecology, and design. 3. Execution Strategy, Assumptions & Risks Provide your approach to executing the Scope of Work, including key assumptions, work methods, phasing, and risk mitigation strategies. RFP 10233 Front Range Passenger Rail – Station Area Planning Page 15 of 49 4. Communication Plan Describe your communication strategy with each of the City’s Project Managers and other stakeholders. Include methods, timeline, and platforms used for coordination, data exchange, and decision-making throughout the project’s period of performance. 5. Tools and Software List all software, analysis platforms, and planning tools your team will use. 6. Subconsultants & Team Structure Identify any subcontracted services or subconsultants. Describe their role, integration into the team, and relevant experience. 7. Schedule Feasibility & Start Date Confirm your ability to meet the project’s period of performance and proposed start date. Note any risks to the schedule and how they will be managed. 8. Meeting Participation Confirm that the proposed team is available to attend project meetings, including work sessions, internal coordination meetings, and public review discussions as outlined in the Scope of Work. 9. Task Schedule & Milestones Provide a draft schedule outlining major project phases, deliverables, and milestones. D. Firm Capability and Assigned Personnel Provide detailed and targeted information demonstrating your team’s capability to successfully provide the services required by the Scope of Work. 1. Proposed Project Team & Organizational Chart – Provide a visual organization chart showing key personnel proposed to be assigned to the project. 2. Resumes (One Page Each) – Provide resumes for key individuals proposed to support the project to include any subconsultants and/or subcontractors. 3. Qualifications and Relevant Experience – Describe your firm’s and team’s experience delivering project similar to the project described in the Scope of Work. 4. Project References – Provide at least three public-sector projects from the last five years that are relevant in scope and scale of this project. For each, include: a. Project title and description b. Owner/client agency and primary contact (name, title, phone, email) c. Original and final contract amount d. Subconsultants used (if any) e. Outcomes E. Certification Regarding Lobbying Complete, sign, and submit Section V, Certification Regarding Lobbying. RFP 10233 Front Range Passenger Rail – Station Area Planning Page 16 of 49 F. Acknowledgement The Acknowledgement form is attached as Section VI. Complete the attached form indicating the Professional has read and agrees to be fully bound by all the terms, conditions and other provisions set forth in RFP 10233 Front Range Passenger Rail – Station Rail Planning Fort Collins & Loveland. G. Sample Agreement Included with Section VII of this RFP 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. IV. REVIEW AND ASSESSMENT CRITERIA A. Proposal and Interview Criteria Professionals will be evaluated on the following criteria. This set of criteria will be the basis for review and assessment of the written proposals and optional interview session. At the discretion of the City, interviews of the top-rated Professionals may be conducted. The rating scale shall be from 1 to 10, a rating of 1 doesn’t meet minimum requirements, a rating of 5 means the category fulfills the minimum requirements, and 10 exceeds minimum requirements in that category. WEIGHTING FACTOR CRITERIA 50% Scope of Proposal 50% Firm Capability & Experience RFP 10233 Front Range Passenger Rail – Station Area Planning Page 17 of 49 V. CERTIFICATION REGARDING LOBBYING LOBBYING (31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20) Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Professionals who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non- Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Professional] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. RFP 10233 Front Range Passenger Rail – Station Area Planning Page 18 of 49 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Professional, ________________ ___, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Professional understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. __________________________ Signature of Professional's Authorized Official __________________________ Name and Title of Professional's Authorized Official ___________________________ Date RFP 10233 Front Range Passenger Rail – Station Area Planning Page 19 of 49 VI. ACKNOWLEDGEMENT This form may not be redlined and must be submitted with your proposal. Failure to adhere to these requirements may result in your proposal being rejected. Professional hereby acknowledges receipt of the Cities of Fort Collins and Loveland 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 10233 FRONT RANGE PASSENGER RAIL – STATION AREA PLANNING FORT COLLINS & LOVELAND 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 has read, understands, and signed the Certification Regarding Lobbying in Section V. i. Professional acknowledges that the City is a governmental entity subject to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to public disclosure by the City pursuant to CORA and City ordinances. Professionals may submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of the proposal, Professionals may redact text and/or data that it deems confidential or proprietary pursuant to CORA. All pricing will be considered public records subject to disclosure under CORA and as such pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the proposal. Failure to provide a public viewing copy will be considered a waiver of any claim of confidentiality under CORA without regard to how the applicant’s proposal or certain pages of the proposal are marked confidential, proprietary, or similar. Such statement does not necessarily exempt such documentation from public disclosure if required by CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally, under CORA, trade secrets, confidential commercial information and financial data information may not be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP, Professionals hereby waives any and all claims for damages against the City for the City’s good faith compliance with CORA. All provisions and pricing of any contract resulting from this request for proposal will be public information. Legal Firm Name: Physical Address: Remit to Address: RFP 10233 Front Range Passenger Rail – Station Area Planning Page 20 of 49 Phone: Name of Authorized Agent of Firm: Signature of Authorized Agent: Primary Contact for Project: Title: Email Address: Phone: Cell Phone: NOTE: ACKNOWLEDGEMENT IS TO BE SIGNED & RETURNED WITH YOUR PROPOSAL. Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10233 Front Range Passenger Rail Page 21 of 49 VII. SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN ) MASTER PROFESSIONAL SERVICES AGREEMENT WORK ORDER TYPE This Master Professional Services Agreement (Agreement) made and entered into the day and year set forth in the Agreement Period section below, by and between the CITY OF FORT COLLINS, COLORADO, a Colorado Municipal Corporation (City) and , a(n) [enter state] [business type] (Professional). WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Service. The Professional agrees to provide Services in accordance with any project Work Orders for , issued by the City. Such Work Orders will be incorporated into this Agreement. A blank sample of a Work Order is attached hereto as Exhibit A, consisting of [# 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 [choose one] 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 Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10233 Front Range Passenger Rail Page 22 of 49 5. than thirty (30) days before Agreement end. Should written notice of renewal be delayed, the parties agree that this Agreement may automatically extend on a month-to-month basis until a renewal is completed. Upon expiration of the final renewal term, the Agreement may continue but not to exceed one (1) year if required to complete any active Work Orders in accordance with Section 8-186 of City Code. 6. 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. 7. Notices. All notices provided under this Agreement shall be effective immediately when emailed or three (3) business days from the date of the notice when mailed to the following addresses: Professional: City: Copy to: Attn: PO Box 580 Fort Collins, CO 80522 Email Address Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 purchasing@fcgov.com All notices under this Agreement shall be written. 8. 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 10233 Front Range Passenger Rail Page 23 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. 9. 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 Deliverables as defined in the Project Deliverables and License section below. The Professional shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies from such standards. 10. 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. 11. Insurance. The Professional shall maintain insurance in accordance with Exhibit [choose one], consisting of [# of Pages], attached hereto and incorporated herein. 12. 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. 13. Project Deliverables 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 Deliverables), 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 Deliverables for use in performing the Services or construction for the project. In addition, the license granted hereunder shall permit the City and third Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10233 Front Range Passenger Rail Page 24 of 49 parties reasonably authorized by the City to reproduce and utilize the Project Deliverables for similar projects, provided however, in such event the Professional shall not be held responsible for the design to the extent the City deviates from the Project Deliverables. This license shall survive termination of the Agreement by default or otherwise. b. Upon payment under each applicable Work Order, Project Deliverables rendered by the Professional shall become the City’s property. The Professional shall provide the City with the Project Deliverables in electronic format in a mutually agreed upon file type. 14. City Project Manager. The City’s Project Manager will be shown on the specific Work Order and shall make, within the scope of the Project Manager’s authority, all necessary and proper decisions with reference to the Services requested under the applicable Work Order. All requests for contract interpretation, change order and other clarification or instruction shall be directed to the City Project Manager. The initial City Project Manager for this Agreement is [Enter Name] and can be reached at [Enter Email] or [Enter Phone]. The City Project Manager is subject to change by the City. 15. 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. 16. 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. 17. 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. 18. 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 Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10233 Front Range Passenger Rail Page 25 of 49 subcontractor/subconsultant and the City, nor will it obligate the City to pay or see to the payment of any subcontractor/subconsultant; and d. the Services of the subcontractor/subconsultant will be subject to inspection by the City to the same extent as the Service(s) of the Professional. The Professional shall require all subcontractor/subconsultants performing Service(s) hereunder to maintain insurance coverage naming the City as an additional insured under this Agreement in accordance with Exhibit [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. 19. Acceptance Not Waiver. The City's approval of Project Deliverables 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. 20. 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. 21. 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. 22. 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, Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10233 Front Range Passenger Rail Page 26 of 49 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 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. 23. 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. 24. Prohibition Against Unlawful Discrimination. The Professional acknowledges that the City, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. § 2000d to 2000d-4) , C.R.S. § 24-34-401, and any associated State or Federal laws and regulations, strictly prohibits unlawful discrimination based on an individual’s gender (regardless of gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age forty (40) years or older, marital status, disability, sexual orientation, genetic information, or other characteristics protected by law. Pursuant to City policy, sexual orientation means a person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the workplace, including sexual harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages in protected activity. Protected activity includes an employee complaining that the employee has been discriminated against in violation of the above policy or participating in an employment discrimination proceeding. The Professional shall comply with the City’s policy for equal employment opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to all third-party subcontractors/subconsultants at every tier. 25. 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. 26. Technology Accessibility. The Professional represents that the Project Deliverables 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 Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10233 Front Range Passenger Rail Page 27 of 49 (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 standards. To confirm that the Project Deliverables 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 Deliverables 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). 27. 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. 28. 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. 29. 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. Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10233 Front Range Passenger Rail Page 28 of 49 30. 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. 31. 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. 32. Special Provisions. Special provisions or conditions relating to the Service(s) to be performed pursuant to this Agreement are set forth in Exhibit F - Confidentiality, consisting of three (3) pages, and Exhibit G – Contract Provisions Under Federal Awards, consisting of eleven (11) pages, each attached hereto and incorporated herein by this reference. 33. 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. 34. 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 10233 Front Range Passenger Rail Page 29 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 10233 Front Range Passenger Rail Page 30 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: PROFESSIONAL MASTER SERVICES AGREEMENT EFFECTIVE DATE: Original Contract Date WORK ORDER COMMENCEMENT DATE: WORK ORDER COMPLETION DATE: MAXIMUM FEE (time and reimbursable direct costs): PROJECT DESCRIPTION/SCOPE OF SERVICES: Professional agrees to perform the Service(s) identified above and on the attached forms in accordance with and subject to the terms and conditions contained herein and in the Master Services Agreement (Agreement) between the parties. This Work Order is incorporated into the Agreement, and the Agreement and all prior amendments or other modifications to the Agreement, if any, remain in full force and effect. In the event of a conflict between or ambiguity in the terms of the Agreement and this Work Order (including the attached forms) the Agreement as set forth in the Order of Precedence section of the Agreement shall control. Pricing stated on this Work Order shall be consistent with the pricing in the Agreement or subsequent renewals as of the Work Order commencement date and will be held firm through completion of this Work Order. The attached forms consisting of [choose # of pages] are hereby accepted and incorporated herein and Notice to Proceed is hereby given after all parties have signed this document. PROFESSIONAL: __________________________ Date:___________________ Name, Title ACCEPTANCE: Date: Name, City Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10233 Front Range Passenger Rail Page 31 of 49 EXHIBIT B GENERAL SCOPE OF WORK Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10233 Front Range Passenger Rail Page 32 of 49 EXHIBIT C CHANGE ORDER NO. PROJECT TITLE: PROFESSIONAL: [Company Name] WORK ORDER NUMBER: PO NUMBER: ORIGINAL BID/RFP NUMBER & NAME: DESCRIPTION: 1. Reason for Change: Why is the change required? 2. Description of Change: Provide details of the changes to the Work 3. Change in Work Order Price: 4. Change in Work Order Time: ORIGINAL WORK ORDER PRICE $ .00 TOTAL APPROVED/PENDING CHANGE ORDERS .00 TOTAL THIS CHANGE ORDER .00 TOTAL CHANGE ORDER % OF ORIGINAL WORK ORDER % ADJUSTED WORK ORDER COST $ .00 PROFESSIONAL: __________________________ Date:___________________ Name, Title ACCEPTANCE: Date: Name, City Project Manager REVIEWED: Date: Name, Buyer or Senior Buyer ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) Official Purchasing Document Master Professional Services Agreement – Work Order Type RFP 10233 Front Range Passenger Rail Page 33 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 Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 34 of 49 EXHIBIT E INSURANCE REQUIREMENTS The Professional will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Professional shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies. In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Professional, insurance as the City may deem proper and may deduct the cost of the insurance from any monies which may be due or become due the Professional under this AGREEMENT. Insurance certificates should show the certificate holder as follows: City of Fort Collins Purchasing Division PO Box 580 Fort Collins, CO 80522 The City of Fort Collins and City of Loveland, its officers, agents and employees shall be named as additional insureds on the Professional's general liability and automobile liability insurance policies by marking the appropriate box or adding a statement to this effect on the certificate, for any claims arising out of work performed under this Agreement. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Professional shall maintain Worker’s Compensation and Employer’s Liability insurance during the life of this Agreement for all of the Professional 's employees engaged in work performed under this Agreement. Workers' Compensation & Employer’s Liability insurance shall conform with statutory limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee, or as required by Colorado law. B. General Liability. The Professional shall maintain during the life of this Agreement General Liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a (broad form) basis. The amount of insurance for General Liability shall not be less than $1,000,000 combined single limits for bodily injury and property damage. C. Automobile Liability. The Professional shall maintain during the life of this Agreement Automobile Liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a (broad form) basis. The amount of insurance for Automobile Liability shall not be less than $1,000,000 combined single limits for bodily injury and property damage. D. Errors and Omissions. The Professional shall maintain errors and omissions insurance in the amount of $1,000,000. E. Cybersecurity. The Professional shall maintain cybersecurity insurance in the amount of $3,000,000. Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 35 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 Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 36 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 Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 37 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 Deliverables 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 Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 38 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 Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 39 of 49 EXHIBIT G Contract Provisions Under Federal Awards Appendix II to Part 200 In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the City under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold ($150,000 or less, if awarded prior to June 20, 2018, or $250,000 or less for procurements awarded after June 20, 2018), which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Breach. Any breach of the Contract by 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: County may require that Professional suspend performance of all or any portion of the Work pending necessary corrective action specified by the County 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 County. b. Withhold Payment Pending Corrections: County may permit Professional to correct any rejected Work at the County ’s discretion. Upon County ’s request, Professional must correct rejected work at Professional’s sole expense within the time frame established by the County. Upon completion of the corrections satisfactory to the County, County will remit payment to Professional. c. Deny Payment: County 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 County in its sole discretion. Upon County request, Professional will promptly refund any amounts prepaid by the County with respect to such non- compliant Work. Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 40 of 49 d. Removal: Upon County ’s request, Professional will remove any of its employees or agents from performance of the Work, if County, in its sole discretion, deems any such person to be incompetent, careless, unsuitable, or otherwise unacceptable. (B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. Termination for Convenience. The City may terminate this contract, in whole or in part, ro4 any reason, upon five (5) days written notice to the Professional. In such event, the Professional shall be paid its costs, including reasonable contract close-out costs, 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) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” 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 contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 41 of 49 (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 42 of 49 The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the 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 contractor 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 contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: 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. (2) [Reserved] (a) Subcontracts. Each nonexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts. (b) 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. (c) Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be considered to be a part of every contract and subcontract required by the order and the regulations in this part to include such a clause whether or not it is physically incorporated in such contracts and whether or not the contract between the agency and the contractor is written. (d) Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to identify properly the parties and their undertakings. Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 43 of 49 (D) Not Applicable to this Contract. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The City must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The City must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Professionals and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non- Federal entity must report all suspected or reported violations to the Federal awarding agency. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). Professional must fully comply with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance therewith, Professional must pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, Professionals must be required to pay wages not less than once a week. Copeland “Anti-Kickback” Act (40 U.S.C. 3145). Professional must fully comply with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Professionals and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). Pursuant to the Act, Professional is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The City shall report all suspected or reported violations of the Copeland “Anti-Kickback” Act to the Federal awarding agency. (E) Not applicable for this contract. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 44 of 49 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). 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 as provided in the clause set forth in paragraph (b) of this section. d. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a) through (d) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 45 of 49 contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a) through (d) of this section. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the City or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the City or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended - Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the City agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689) - A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Debarment and Suspension (Executive Orders 12549 and 12689). 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 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. Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 46 of 49 d. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Professionals that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). 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. (J) 200.323 Procurement of recovered materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Procurement of recovered materials (2 CFR §200.323). All parties agree to comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. a. In the performance of this contract, the Professional shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 47 of 49 • Competitively within a timeframe providing for compliance with the contract performance schedule; • Meeting contract performance requirements; or • At a reasonable price. b. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines web site: https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. c. The Professional also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. (K) 200.216 Prohibition on certain telecommunications and video surveillance services or equipment Prohibition on certain telecommunications and video surveillance services or equipment (2 CFR §200.216). Professional is prohibited from using equipment, services, or systems that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (L) 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. Build America, Buy America (BABA) All iron and steel, manufactured products, and construction materials used in this project must be produced in the United States, in accordance with Build America, Buy America Act requirements, unless a waiver is approved by the funding agency; the contractor shall provide documentation verifying compliance with these requirements. Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 48 of 49 (M) 2 C.F.R. § 200.321 Small and Minority Businesses, Women’s Business Enterprises, and Labor Surplus Area Firms. The City will take affirmative steps to solicit and include small, minority, and women-owned businesses in an effort to encourage participation and fair competition in providing supplies/services described in this solicitation. If subcontracts are to be let, Professional must take all necessary affirmative steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. As set forth in 2 C.F.R. § 200.321(b)(1)-(5), such affirmative steps must include: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (N) Not applicable for this contract. [Construction or facility improvement Contracts or subcontracts exceeding the Simplified Acquisition Threshold as defined in 2 C.F.R. § 200.88] Bonding requirements (2 C.F.R. § 200.326). Except where the Federal awarding agency or pass-through entity has made a determination that alternative bonding policy and requirements adequately protect the Federal interest, Professional agrees to comply with the following minimum bonding requirements: (a) Professional must provide a bid guarantee equivalent to five percent of the bid price. The "bid guarantee" must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the Professional will, upon acceptance of the bid, execute such Contractual documents as may be required within the time specified. (b) Professional must provide a performance bond on the part of the Professional for 100 percent of the Contract price. A "performance bond" is one executed in connection with a Contract to secure fulfillment of all the Professional's obligations under such Contract. (c) Professional must provide a payment bond on the part of the Professional for 100 percent of the Contract price. A "payment bond" is one executed in connection with a Contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the Contract. (O) Bid Protest Procedures City of Fort Collins Bid Protest Procedures The City of Fort Collins has a protest procedure covering any phase of solicitation or award, including but not limited to specification or award. The protest procedures are available Official Purchasing Document Last updated 4/2025 Professional Services Agreement RFP 10158 Nature-Based Solutions Master Plan Page 49 of 49 from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd Floor, P. O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the procedures by emailing: Purchasing@fcgov.com or calling 970-221-6775. (P) Increasing Seat Belt Use in the United States – Pursuant to Executive Order 13043, 62 FR 19217 (Apr. 18, 1997), the City encourages its contractors to adopt and enforce on- the-job seat belt policies and programs for their employees when operating company- owned, rented, or personally owned vehicles. (Q) Reducing Text Messaging While Driving – Pursuant to Executive Order 13513, 74 FR 51225 (Oct. 6, 2009), the City encourages its employees, subrecipients, and contractors to adopt and enforce policies that ban text messaging while driving, and the City has established workplace safety policies to decrease accidents caused by distracted drivers.