Loading...
HomeMy WebLinkAboutRFP - 9140 PUBLIC MICRO-MOBILITY SHARE PROGRAMRFP 9140 Public Micro-Mobility Share Program Page 1 of 56 REQUEST FOR PROPOSAL 9140 PUBLIC MICRO-MOBILITY SHARE PROGRAM RFP DUE: 3:00 PM MST (our clock), NOVEMBER 13, 2020 The City of Fort Collins (City) and Colorado State University (CSU) invite qualified organizations, companies, vendors, manufacturers or other entities to submit a proposal to develop, install, own, operate and maintain a bike share program. We are also actively seeking submittals that include electric (e-) scooters and electric (e-) bikes as part of a combined program or a partnership. Submittals that do not accommodate bike share (including e-bikes) will not be considered. The ideal program will incorporate state-of-the-art information technology with shared micro- mobility vehicles as a transportation choice other than single occupancy vehicle trips for residents, employees, and visitors. The system will be owned and operated by the successful applicant (hereinafter vendor) for an initial one year term, with a desired launch date in Spring 2021. The program will hereafter be referred to as a micro-mobility share program or program. As part of the City’s commitment to Sustainable Purchasing, proposals should 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 the system. A pre-proposal meeting will be held at 10:00 AM MT on October 23, 2020. The pre- proposal meeting will be hosted on-line via Zoom. Select or copy/paste the below link into your browser for access to the meeting. Please be prepared to announce your name and mute your microphone: https://us02web.zoom.us/j/85663474839?pwd=c1hSSVN1Vk45YjBsckszQld3RGtDQT09 All questions should be submitted, in writing via email, to Marisa Donegon, CPPB, Buyer at mdonegon@fcgov.com, no later than 5:00 PM MST (our clock) on November 2, 2020. Please format your e-mail to include: RFP 9140 PUBLIC MICRO-MOBILITY SHARE PROGRAM 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): 80534 Bicycles and Tricycles, All Types 95222 Community Service Campaigns (Bicycle Share Programs) 97550 Motorcycles, Motor Scooters and Trucksters 98116 Athletic Equipment and Sporting Goods and Accessories Rental or Lease 98161 Recreational, Park, Picnic and Playground Equipment and Accessories Rental or Lease Financial Services Purchasing Division 215 N. Mason St. 2nd Floor PO Box 580 Fort Collins, CO 80522 970.221.6775 970.221.6707 fcgov.com/purchasing RFP 9140 Public Micro-Mobility Share Program Page 2 of 56 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 vendors 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 vendors and their subcontractors 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. Vendors may submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of the proposal, the Vendor may redact text and/or data that it deems confidential or proprietary pursuant to CORA. Failure to provide a public viewing copy will be considered a waiver of any claim of confidentiality under CORA. 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 and financial data information is not required to be disclosed by the City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP, the Vendor hereby waives any and all claims for damages against the City in its good faith compliance with CORA. All provisions of any contract resulting from this request for proposal will be public information. New Vendors: The City requires new Vendors receiving awards from the City to fill out and submit an IRS form W-9 and to register for 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 with your proposal. 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. RFP 9140 Public Micro-Mobility Share Program Page 3 of 56 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 Vendor shall be expected to sign the City’s standard Agreement prior to commencing Services (see sample attached to this Proposal). Sincerely, Gerry Paul Purchasing Director RFP 9140 Public Micro-Mobility Share Program Page 4 of 56 I. BACKGROUND & OBJECTIVE / OVERVIEW A. Objective The City of Fort Collins (City) and Colorado State University (CSU) invite qualified organizations, companies, vendors, manufacturers or other entities to submit a proposal to develop, install, own, operate and maintain a bike share program. We are also actively seeking submittals that include electric (e-) scooters and electric (e-) bikes as part of a combined program or a partnership. Submittals that do not accommodate bike share (including e-bikes) will not be considered. The ideal program will incorporate state-of-the-art information technology with shared micro-mobility vehicles as a transportation choice other than single occupancy vehicle trips for residents, employees, and visitors. The system will be owned and operated by the successful applicant (hereinafter vendor) for an initial term of one year, with a desired launch date of Spring 2021. The program will hereafter be referred to as a micro-mobility share program or program. The program will build on the success of Fort Collins’ current e-scooter share program and its previous bike share programs. The City’s previous bike share programs began in 2008 with the Fort Collins Bike Library, with a primary goal of expanding the fleet size and increasing system density. The contract for the Fort Collins bike share program (Pace Bike Share, Zagster), launched in April 2016 and was due to expire in August 2020, however, was terminated in May 2020 due to Zagster’s dissolution. The City’s current e-scooter share program (Bird) was launched on October 23, 2019, suspended on March 27, 2020 due to the Covid-19 economic crisis, and re-launched on July 8, 2020. The current term of the Bird e-scooter share contract expires December 31, 2020 with the option to renew for up to an additional four (4) years. With the rapidly evolving micro-mobility industry, the City and CSU will utilize this opportunity to ensure Fort Collins’ micro-mobility share program provides the optimal solution for the community and best achieves the program goals. The City and CSU are open to a wide variety of innovative micro-mobility share program solutions to achieve the goals set forth in this RFP, including the Bike Library model described above. The City and CSU each plan to award the selected Vendor separate and independent Service Agreements. Micro-Mobility Share Program Objectives 1. The City / CSU seek to build on the success of their previous bike share programs and current e-scooter share program and grow bike share/e-scooter share ridership in the community. The Vendor’s ability to demonstrate the following primary program goals and subsequent scope of services will inform the rating of their proposal. 2. Expand the Fort Collins micro-mobility share program fleet size, citywide availability, and increase its accessibility through the addition of e-bikes and adaptive bikes. 3. Provide a micro-mobility share program and service that aligns with Fort Collins’ goal of becoming a world-class bicycle friendly community, and aligns with current rankings as a platinum bicycle friendly community, platinum bicycle friendly university, and home to the largest number of designated bicycle friendly businesses. 4. Demonstrate ability to serve as a longer-term, financially viable vendor. B. Background Fort Collins is a vibrant community of approximately 174,871 located 65 miles north of Denver, at the base of the foothills of the Rocky Mountains. The City is 56 square miles in RFP 9140 Public Micro-Mobility Share Program Page 5 of 56 size and is the northern extension of the “Colorado Front Range” urban corridor. The city tallied 1.73 million visitor days in 2016-17. Colorado State University is a land-grant institution and a Carnegie Research University R1: Doctoral University (Very High Research Activity). CSU’s population includes over 33,000 students and over 7,500 faculty and staff. The 586-acre main campus includes 15 residence halls with a capacity of about 6,300 students and over 1,700 apartment spaces for students with families, undergraduate and graduate students. On football game days, CSU welcomes more than 40,000 fans to campus. CSU also hosts hundreds of thousands of visitors each year. The City and CSU are pleased to welcome a micro-mobility share program vendor as a partner who will add to both the City and CSU’s sustainability- and accessibility-focused transportation efforts. It is anticipated that the deployment of these modes will bring the City closer to achieving its Climate Action Plan, Transportation Master Plan and Bicycle Master Plan goals, and will bring CSU closer to achieving its Climate Action Plan goals. The City and CSU recognize the potential of bike sharing to help fill first mile/last mile geographic gaps in the City's transit system, reduce motorized vehicle emissions, improve air quality, expand sustainable travel options throughout the city. The City and CSU will evaluate the use of the micro-mobility share program on an ongoing basis to ensure that the selected Vendor is appropriately operating in the public right of way (ROW) and maintains compliance with all rules, regulations and provisions of the Service Agreements. Associated permits are subject to change at the City’s discretion as provided in the City’s Municipal Code. For Vendors providing bike share (including e-bike) options only, the City and CSU encourage consideration of how your program will coordinate with an e-scooter share program run independently by another vendor. It is expected that bike share and e-scooter share will collaborate to provide a user-friendly, safe and cohesive micro-mobility shared system. C. Shared Mobility History Fort Collins launched its first bike sharing (lending) program in 2008 (Fort Collins Bike Library). This program was funded by the City and through various grants, in-kind donations, and community partners. The program was operated by Bike Fort Collins, a 501(c)(3) non-profit, and staffed by employees and volunteers. The Fort Collins Bike Library offered a variety of bikes, from youth bikes to tandem bikes, and allowed users to check out bikes for several days at a time. Between 2008 and 2015, the bike fleet grew from 50 to 200, and recorded nearly 20,000 bike checkouts by over 15,000 riders. The Bike Library initially operated out of an iconic kiosk in Fort Collins’ Old Town Square, and eventually moved to the City’s Downtown Transit Center. The Fort Collins Bike Library was an attraction for visitors and integral to Fort Collins’ unique brand as a biking town. Beginning in 2012, the City commissioned various studies and feasibility analyses to evaluate alternatives for implementing an automated bike share program, building on the success of the Fort Collins Bike Library. All recommended Fort Collins move forward with an automated bike share program – noting that Fort Collins had the many characteristics that would be conducive to a successful system. Most recently (2014), a Bike Share Business Plan was completed in conjunction with Fort Collins Bicycle Master Plan: Bike Share Business Plan. RFP 9140 Public Micro-Mobility Share Program Page 6 of 56 In 2015, the City released a RFP soliciting vendors to own and operate an automated bike share program. The City selected Zagster, Inc. through this process and launched the station-based bike share programs in April 2016. The program launched with 13 stations and 66 bikes, mostly in downtown Fort Collins, and ultimately expanded to 250 bikes and 42 stations at its high point in 2020. While the system experienced ridership and membership growth year over year, the program did not grow fast enough nor was the fleet size large enough to reach the latent demand for bike sharing in Fort Collins. In 2018, Zagster converted its model to Pace, and more than doubled the system size. At this time, the City elected to significantly expand the coverage with new bike share stations provided throughout the City – while this resulted in ridership growth, the expansion was not dense enough to truly capitalize on Fort Collins bike sharing potential. In 2019, approximately 21,500 trips were taken using the Pace Bike Share system. See Attachment A, Bike Share Network Map for a station map from 2020. The Pace Bike Share Program was supported by several local sponsors, including the City and CSU, along with New Belgium Brewery, Odell Brewery, UC Health, Housing Catalyst, Dellenbach Subaru, Kaiser Permanente, Ed Carrol Motors, Associates in Family Medicine and Elevations Credit Union. Sponsors typically provided annual sponsorships to support the cost of individual stations. The local non-profit, Bike Fort Collins, has been an instrumental partner in Fort Collins bike sharing programs since the Bike Library. Bike Fort Collins was the vendor of the Fort Collins Bike Library through a contract with the City of Fort Collins. Once the bike share program transitioned to an automated system with Zagster as the vendor, Bike Fort Collins continued to play an important role in bike share promotion and outreach efforts, as well as planning and sponsorship recruitment. Bike Fort Collins has received funding from either the City or Zagster to maintain an active local role in the Fort Collins bike share program. In 2019, the City and CSU released a joint RFP soliciting a sole vendor to operate a one- year e-scooter pilot program with the option to renew for up to four additional years. Bird was the selected vendor and the pilot program launched on October 23, 2019. As of October 18, 2020, there were 69,176 rides taken using the e-scooter program despite the small initial fleet size, weather, technology constraints, and the Covid-19 crisis, which required a temporary suspension of the program. This program is expected to continue through December 31, 2020, at which point the City and CSU will determine next steps with e-scooter operations in Fort Collins. The City and CSU issued a Request for Information (RFI) on June 1, 2020 to give respondents an opportunity to exchange information with the City and CSU prior to the issuance of the RFP. Five responses were received, and certain components of these responses were considered in the drafting of this RFP. D. Eligibility, Prerequisites, and Compliance 1. The Vendor selected under this Request for Proposal (RFP) to operate the micro- mobility share program is required to enter into separate Service Agreements with the City and CSU. The Service Agreements are subject to negotiation and mutual agreement at the City and CSU’s sole discretion. 2. The Vendor will be required to obtain a Shared Mobility Encroachment Permit from the City https://www.fcgov.com/engineering/pdf/encroachmentpermit_digital.pdf. A RFP 9140 Public Micro-Mobility Share Program Page 7 of 56 Shared Mobility Encroachment Permit is required for all shared mobility devices with onboard technology that allow a user to check out the device remotely from and operate in the Fort Collins public Right of Way (ROW). 3. The Vendor will be required to register each unit with the Colorado State University Police Department (CSUPD) prior to deployment. Each unit will require a $10.00 fee for registration. A CSUPD registration sticker must be affixed to the main frame on the down tube of a bicycle, or steering apparatus of a unit without a down tube. 4. In addition to the Shared Mobility Encroachment Permit required for general operation in the ROW, the Vendor must obtain a Shared Mobility Parking Station Encroachment Permit https://www.fcgov.com/engineering/pdf/encroachmentpermit_digital.pdf from the City’s Engineering Department if the Vendor intends to build a parking structure. The Encroachment Permit application will require the Vendor to submit a sketch plan showing the proposed location(s) of the encroachment(s) and locations of the property line(s), sidewalk(s), and street(s). Should the Vendor opt to designate painted parking zones without building parking structures, a Shared Mobility Parking Station Encroachment Permit will NOT be required; however, a sketch plan showing the proposed location(s) of the proposed designated painted parking zones and locations of the property line(s), sidewalk(s), and street(s) will be required to be submitted to the City Engineering Department for approval. 5. The Vendor must establish designated parking areas and/or utilize existing bike racks in the city and on the CSU campuses and for storage and checking out and returning devices. The Vendor and the City / CSU will jointly agree on the locations and necessary equipment, such as a docking stations or existing racks, for each such facility. Bike racks are currently widely available on campus and in downtown Fort Collins (though high demand for bike parking exists in both areas). All facilities will be constructed and maintained according to City / CSU codes and specifications. 6. The City Shared Mobility Encroachment Permit and Shared Mobility Parking Station Encroachment Permit must comply with City Code Chapter 23, Article III, Division 3 (Encroachments). The City’s Engineering Department will review these permits and either approve or deny, such permits based on the City Code standards. 7. If a bike share or e-scooter share station is located on private property, the Vendor may be required to submit a Minor Amendment Application for review and approval of the proposed location. 8. The City and CSU will seek input from Vendor to optimize deployment quantity. Additional bikes may be allowed, at the City’s and CSU’s discretion, particularly in high-usage CSU locations and in “vulnerable areas” (historically marginalized and under-resourced) as defined in the Health & Equity Index in the City’s Trends & Forces Report. 9. Adjustments may be made to the vehicle fleet size based on Vendor-provided utilization data, Vendor performance, and operational outcomes, as agreed to by the City and CSU. 10. Vendor shall provide the City and CSU with a monthly updated list of all currently deployed devices, their unique identification numbers, and, upon request, user information related to any ongoing criminal investigation. Vendor will also cooperate with any ongoing criminal investigation that involves a bike share user. 11. The awarded Vendor must adhere to all Municipal Code sections, including but not limited to the following Municipal Code sections that are directly related to shared mobility devices. a. Municipal Code, Chapter 23 – Public Property / Article III. – Obstructions and Permits, Sec. 23-46. – Limitations RFP 9140 Public Micro-Mobility Share Program Page 8 of 56 b. Municipal Code, Chapter 23 – Public Property / Article III. – Obstructions and Permits, Division 3 – Encroachments c. Municipal Code, Chapter 23 – Public Property / Article IV. – Disposition of Property, Division 3 – Tangible Personal Property, Sec. 23-127 – Disposition of lost, abandoned or other unclaimed tangible property d. Municipal Code, Chapter 23 – Public Property / Article IX. – Natural Areas, Sec. 23-193 – Prohibited acts; permits. (18) e. Municipal Code, Chapter 23 – Public Property / Article X. – Parks, Trails and Recreation Areas, Sec. 23-203 – Prohibited acts; permits. (1) f. Municipal Code, Chapter 24 – Streets and Sidewalks g. Traffic Code, Part 14 – 1410. – Use of highways for traveling on snowmobiles, skis, toboggans, coasting sleds, skates or similar devices h. Traffic Code, Part 14 – Other Offenses, 1410.1 – Low-speed electric vehicles i. Traffic Code, Part 14 – Other Offenses, Sec. 1401 – Reckless Driving j. Traffic Code, Part 14 – Other Offenses, Sec. 1402 – Careless Driving k. Traffic Code, Part 21 – Operation of Bicycles, Electric Assisted Bicycles and Other Human – Powered Vehicles l. Ordinance No. 028 – Add a New Article VI Related to the Parking of Shared Mobility Devices m. Ordinance No. 029 – Dismount Zone Compliance n. Ordinance No. 082 – Amending the Fort Collins Traffic Code Relating to Electric Scooters o. Ordinance No. 083 – Amending Chapter 24 of the Code of the City of Fort Collins Relating to Parking of Electric Scooters 12. The awarded Vendor will be required to establish an Irrevocable Letter of Credit as performance security in a form satisfactory to the City. The amount of the letter of credit will be one-hundred thousand dollars ($100,000) issued by a federally insured FDIC banking institute. The City has the right to amend its City Code at any time and the permitted Vendor must comply with any such amendments that apply to shared mobility devices. Amendments could include alignment to changes to the Colorado Revised Statues. II. SCOPE OF PROPOSAL A. Scope of Work Vendors interested in being considered for this micro-mobility share program contract must respond to this RFP with a proposal. The proposal should address all the elements detailed in Section III. Proposal Submittal. Vendor will be responsible for managing all activities necessary to implement and operate a successful micro-mobility share program, including but not limited to: 1. Provide a dense micro-mobility share network in high demand areas of Fort Collins and on CSU campuses, with an emphasis on first mile / last mile connectivity and integration with other sustainable transportation modes, including those provided through other privately-operated shared mobility programs. Offer coverage throughout the city. 2. Provide a micro-mobility share fleet with modern, reliable and easy-to-use technology, comfort and safety features. RFP 9140 Public Micro-Mobility Share Program Page 9 of 56 3. Incorporate Class 1 e-bikes as a widely available component of the fleet and provide sustainable and best practice solutions for recharging e-bikes. 4. Provide the type of e-bikes in your program. Specify if your proposed bikes are Class 1 (pedal assisted) or Class 2 (throttle assisted). 5. Incorporate adaptive bikes or solutions for providing adaptive bikes that demonstrate an understanding of the varied needs and preferences of the disability community. Fort Collins’ previous bike share program included different styles of accessible bikes, including hand cycles, trikes, and side-by-side tandems. 6. Provide a docked or dockless system that is intuitive, equitable, and accessible, and allows users to park / retrieve vehicles close to origins and destinations. 7. Include dockless, docking, locking and/or best practice parking solutions to ensure the locking fleet is managed in a safe, organized, aesthetic and intuitive manner, and reduces the potential for user / right of way conflicts. 8. Provide micro-mobility share service with minimal management and financial contribution from the City and CSU. Firms should be prepared to explain the proposed financial structure for a robust micro-mobility share system, which may include grants, sponsorship development, revenue from user fees, vendor financing and other partner opportunities. 9. Procure and maintain necessary types of insurance as outlined in Service Agreement. identify, procure, and outfit all equipment and facilities needed to support operations, including maintenance and storage facilities, vehicles, and other support equipment. 10. Manage and maintain all vehicles and associated infrastructure, software and hardware. 11. Provide frequent, high quality, and environmentally sustainable rebalancing and maintenance practices to ensure vehicles and other equipment are in safe working order, prevent right of way and user conflicts, and provide convenient and reliable access to the system. 12. Describe sustainable manufacturing, recycling, and disposal practices to demonstrate the program’s minimal environmental impact. 13. Provide ongoing equipment inspection, maintenance and cleaning, including annual overhauls of all equipment in compliance with manufacturer’s requirements and warranties. Conduct routine inspections to ensure vehicles are in working order and deployed for users to ride. 14. Provide access to micro-mobility share for people of all income levels though appropriate pricing programs, placement, and options for utilizing the system without a phone and without a credit card. 15. Provide a plan for how to promote local Fort Collins events and businesses as part of routine and unique interactions with users. 16. Partner with local non-profits and key organizations to support a locally branded and successful program. 17. Provide comprehensive data to City and CSU in real-time and through regular reports. Desired data listed in Section 5. 18. Provide an app and local webpage that is intuitive, reliable, and educational with comprehensive information about the program, membership options, service area, location of vehicles, sign up options, and customer service contact information. 19. Provide a sign-up, check-out, check-in process that is easy-to-use and reliable. 20. Create a reliable, customer-centered experience that results in a high level of customer satisfaction. 21. Implement a comprehensive sponsor-recruitment, marketing, education, and equity plan focused on sufficient fundraising to sustain program, increasing vehicle ridership and improving safety, and increasing access to historically underserved communities. RFP 9140 Public Micro-Mobility Share Program Page 10 of 56 22. Provide a plan for providing integrated multi-platform app where customers can pay for and use multiple modes. B. Minimum Qualifications Vendor must have experience with a minimum of three (3) entities of similar size to Fort Collins, deployed within the last 3 years. The preference is for such experience to include a college or university similar in size to CSU. The City and CSU are particularly interested in firms who can demonstrate a positive relationship with the city and college or university. C. Anticipated Schedule The following represents the City’s target schedule for the RFP. The City reserves the right to amend the target schedule at any time. • RFP issuance: October 19, 2020 • Pre-Proposal Meeting: 10:00 AM MST on October 23, 2020 • Question deadline: 5:00 PM MST on November 2, 2020 • Proposal due date: 5:00 PM MST on November 13, 2020 (or before) • Interviews (tentative): Week of December 14 - 18, 2020 • Award of Contract (tentative): January 2021 • Desired program launch: April/May 2021 D. Pre-Proposal Meeting A pre-proposal meeting will be held at 10:00 AM MT on October 23, 2020. The pre- proposal meeting will be hosted on-line via Zoom. Select or copy/paste the below link into your browser for access to the meeting. Please be prepared to announce your name and mute your microphone: https://us02web.zoom.us/j/85663474839?pwd=c1hSSVN1Vk45YjBsckszQld3RGtDQT09 E. Interviews and Micro-Mobility Demonstration In addition to submitting a written proposal, the top-rated Vendors may be interviewed by the RFP assessment team and asked to participate in an oral presentation (possibly virtual) to provide an overview of the company, approach to the project and to address questions. A demonstration of the proposed equipment may also be required. The evaluation criteria for the oral interviews will be the same as the criteria for the written evaluations and is included in Section IV. F. Subcontractors Vendors will be responsible for identifying any subcontractors in their proposal. Please note that the City and CSU will contract solely with the awarded Vendor; therefore, subcontractors will be the responsibility of the Vendor. G. Financial Qualifications (CONFIDENTIAL) Vendors selected as finalists will be required to submit the most recent financial statement (audited preferred) including balance sheet and income statement, as well as a statement of cash flows (the “Financial Information”). Also provide a banking reference (name, address and phone number). The Financial Information shall be submitted in a separate file marked Confidential. This Financial Information will be considered confidential commercial and financial data pursuant to the Colorado Open Records Act (C.R.S. 24-72- 201 et. seq.). RFP 9140 Public Micro-Mobility Share Program Page 11 of 56 H. COVID-19 Pandemic By submitting a proposal for this RFP, the Vendor acknowledges they are assuming all financial risks associated with the COVID-19 Pandemic. I. Fees, Licenses, Permits The successful Vendor shall be responsible for obtaining any necessary licenses, fees or permits without additional expense to the City and CSU. All equipment shall be properly licensed and insured, carry the appropriate permits and be placarded as required by law. J. Laws and Regulations The Vendor agrees to comply fully with all applicable local, State of Colorado and Federal laws and regulations and municipal ordinances. K. Payment Payments to the City shall be sent to: City of Fort Collins PO Box 580 Fort Collins, CO 80524 Payments to CSU shall be sent to: Colorado State University Procurement Services 200 W. Lake Street 6010 Campus Delivery Fort Collins, CO 80523-6010 III. PROPOSAL SUBMITTAL Please limit the total length of your proposal to a maximum of twenty-five (25) double sided or fifty (50) single sided 8 ½ x 11” pages (excluding cover pages, table of contents, dividers and Vendor Statement 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. Please, no embedded documents. Proposals that do not conform to these requirements may be rejected For this section, Vendors 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 Vendors propose to provide and shall be incorporated in the contract award as deemed appropriate by the City and CSU. 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 Vendors include each of the City and CSU’s questions with their response immediately following the question. Neither the City nor CSU shall reimburse any Vendor for costs incurred in the preparation and presentation of their proposal. Section 1: Proposal Overview, Vendor Information RFP 9140 Public Micro-Mobility Share Program Page 12 of 56 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. Indicate your availability to participate in the interviews/demonstrations on the proposed dates as stated in the Schedule section. B. Company and Project Team Overview B.1. Company information a. Description of the company, including size, ownership structure, number of full- time employees, and all office locations. b. Length of corporate operation – specify number of years operating micro-mobility share services. c. Related or ancillary business operations beyond shared mobility systems. d. All micro-mobility services and equipment offered currently (if planned, please explain). e. Overall experience implementing, managing and operating micro-mobility share systems, including experience operating e-scooter share and bike share (including e-bikes) programs. f. Names and addresses of any person or entity that has (i) more than 10 percent equity, participation, or revenue interest in the firm or (ii) is a trustee, director, partner, or officer of that entity or of another entity that owns or controls the firm. Identify the names and addresses of any parent or subsidiary of the firm and describe the nature of any such parent or subsidiary business entity. Identify any subcontractors, independent contractors or other partner organizations. g. Vendors selected as finalists will be required to submit the most recent financial statement (audited preferred) including balance sheet and income statement, as well as a statement of cash flows (the “Financial Information”). Also provide a banking reference (name, address and phone number). This Financial Information will be considered confidential commercial and financial data pursuant to the Colorado Open Records Act (C.R.S. 24-72-201 et. seq.). h. List all locations where your operating license, permit or contract was revoked. Please explain the reason(s) for revocation. i. Explain any concerns Vendor may have in maintaining objectivity in recommending the best solution. All potential conflicts of interest must be disclosed. B.2 Staffing / Project Team: a. Provide information on your project team, including resumes (attached) of lead team members and where they reside. Include an organization chart that specifies the local team in relation to the entire company. Include the role for each team member and percentage of his or her time that will be devoted to this project. Identify the point of contact for the City and CSU. b. Provide a hiring and labor plan, including the number of full time, part time, seasonal and/or contract employees expected to be employed in Fort Collins to launch and sustain the proposed system. Specify the ratio of employees / contractors to fleet size. c. Outline your hiring plan steps to identify, train and employ local residents, especially those that have been historically disadvantaged. RFP 9140 Public Micro-Mobility Share Program Page 13 of 56 C. References and Program Examples Using the following information, please provide Reference information from at least three (3) locations where you are currently operating micro-mobility sharing services. Please include examples of services of similar size and scope to that of Fort Collins if available. The Vendor authorizes City and CSU to verify any and all information contained in the Vendor’s submittal from references contained herein and hereby releases all those concerned providing information as a reference from any liability in connection with any information they give. a. Location (specify service scope – i.e., municipality, university, campus etc.) b. Client (reference) contact information c. Program name and website d. Date of program launch e. Micro-mobility share fleet size (at deployment and currently) by type of devices (e.g., pedal bike, e-bike, e-scooter) f. Number and type of other devices provided if applicable g. Ownership structure h. Contract or permit structure i. Equipment used, including type of bikes and e-scooters, docks, stations (note if the same equipment is proposed for Fort Collins) j. Description of Vendor’s role in financing the program, including whether the program required any public contributions to support operations. k. Value of annual payments to municipality (if applicable) l. Any other relevant information to aid in the City’s/CSU’s review of your proposed services. Section 2: System and Fleet Details A. Service Area/System Design The City and CSU seek to provide an equitable and highly accessible micro-mobility share system to significantly increase micro-mobility share trips and support larger transportation goals. Describe your system plan including: a. Proposed service area and plan/timeline for achieving micro-mobility share access throughout the City and on CSU campuses. b. Proposed vehicle density and station/hub density (if applicable). c. Detailed description of the proposed station, docking, parking and/or charging equipment. Provide pictures, graphics and typical dimensions. d. Methodology for determining number and location of stations/hubs. e. Proposed priority areas to be served by micro-mobility share services. f. Plan to complement existing public transit and support first and last mile connections. g. Plan to complement existing (currently, Bird e-scooters) or future shared mobility programs, including how you will partner with other shared mobility programs to create shared mobility parking hubs and cooperatively promote broader alternative transportation goals. h. Provide your vision for mobility hubs in areas like Old Town and CSU where multiple modes (e.g. e-scooters, bikes, transit, micro-mobility share vehicles, Transportation Network Companies etc.) along with EV charging stations can co- exist. Describe how this integrates into your operations plan and how you would work with the Transfort, City, CSU, and private partners to implement and maintain it. RFP 9140 Public Micro-Mobility Share Program Page 14 of 56 B. Micro-Mobility Share Fleet: Please describe your proposed micro-mobility share fleet, including: a. Proposed fleet size at launch or in subsequent phases (if applicable). The City and CSU would encourage a minimum of 150-200 bikes and if applicable a minimum of 250 e-scooters on CSU campus and 150-200 bikes and if applicable a minimum of 250 e-scooters on City ROW to ensure the density that is needed for a successful program. b. If e-bikes will be included, specify the number of e-bikes provided at launch and in subsequent phases (if applicable). c. Number of stations/hubs proposed at launch and in subsequent phases. d. Criteria for determining adjustments to the fleet size (increasing or decreasing). e. Launch timeline. f. Please describe factors that would prevent you from launching your proposed fleet per this launch timeline. C. Proposed Equipment & Vehicles C.1 Micro-Mobility Share Vehicles: Please provide a detailed description of each vehicle you offer (including e-scooters, pedal bikes, e-bikes, and other adaptive bike options), specifying what is standard equipment included in the proposal, and what is optional equipment or not available. The selection committee may request a demonstration of your vehicle(s) if desired to clarify or confirm specifications or functionality. Please attach detailed specifications and images for each vehicle. Please include the following in your description for each vehicle: a. Manufacturing specs of the vehicle and manufactured location. b. Height and weight ranges of persons accommodated including weight limit. c. Ability for the user to adjust bikes to enhance fit for their size. d. Front and rear lighting including distance visible in feet, light color(s), solid or blinking light, power source, and run time of lights when vehicle is in use but not in motion (e.g., waiting at a signal). e. Reflective materials including wheel reflectors (white), front and rear reflectors. f. All bikes shall be equipped with a bell on the handlebar. g. Number of speeds (for bikes), if it is sealed, and what brand(s) and model(s) is specified on the proposed vehicles. h. Baskets or other cargo carrying equipment. i. GPS and/or RFID technology including the type, how it’s secured, what data it is collecting, and how is the data retrieved including frequency. Specify if your e- scooters and e-bikes can be geofenced to restrict travel in certain areas. j. Ability for the vehicle to be clearly and individually/uniquely identified. k. Information displayed on the vehicle (e.g., vendor contact information, instructions on how to use the vehicle, safety information, etc.) l. Internal routing of key components including brake and shift cables/housing. m. Theft and/or alert equipment or systems. n. Detailed description of on-vehicle locking equipment. o. Detailed description of key-card access functionality. p. Primary materials used in the vehicle(s) frame and components q. Weight of the vehicle(s) – standard and with add-ons. r. Provide input on the swappable battery and swappable battery station model for e-bikes and e-scooters, and on whether this model could work with your program. RFP 9140 Public Micro-Mobility Share Program Page 15 of 56 C.2 Electric-Assist Bikes: The State of Colorado and City of Fort Collins require e-bikes to be classified as Class 1, 2 or 3 and to be labeled accordingly. a. If e-bikes are provided under your proposal, please confirm that they meet these regulations. b. The City of Fort Collins only allows operation of Class 1 and Class 2 e-bikes on its paved trails and therefore will only allow Class 1 or Class 2 e-bikes to be included in its micro-mobility share program (with a preference for Class 1 e- bikes). Please indicate the class of your e-bike. c. Detail the operating speed range of your e-bike, and if this can be customized. d. Describe if and how speeds can be managed, including the ability to set a maximum speed (e.g., 15 mph), reduce operating speeds in certain areas (e.g., dismount zones, trails), and/or gradually slow the e-bike if maximum speeds are exceeded. C.3 Adaptive Bikes: a. Please describe any adaptive bikes provided by your company. If not currently provided, describe any plans to offer such vehicles in the future, or partnership strategies to fulfill Fort Collins’ goal of providing adaptive bikes as part of the fleet. b. Please describe any additional costs or limitations associated with including adaptive bikes into the fleet. C.4 Other: a. Describe in detail other physical infrastructure included in your proposal including docking stations, racks, signage, charging stations etc. If any items are offered, but at additional cost to the City / CSU, please specify. b. Will you have a local warehouse to house micro-mobility share fleet / support maintenance operations? Section 3: System and Operations A. Operations and Rebalancing: a. Outline your methods and frequency of deploying, charging and redistributing vehicles. Provide your typical daily schedule for such operations. b. Describe how the system will be monitored and rebalanced to ensure coverage where needed throughout the day. c. Describe how improperly parked vehicles that are in need of service, damaged, inoperable, abandoned or vandalized are addressed, including response times and who is involved. d. Describe how you will minimize potential negative impacts associated with practices related to collecting, redistributing, and recharging vehicles. e. Please describe your seasonal operations plan, including under what circumstances you would remove vehicles from the fleet or deactivate services. f. In the event of inclement weather, natural disaster, or other community emergency, describe your ability to close down or increase operations depending on the circumstances. How quickly could you respond, and what methods would be utilized for communicating service changes to users? g. The City / CSU host major events throughout the year and seek to encourage alternative modes of transportation to / from such events (e.g., NewWestFest, CSU football games, Tour De Fat, Open Streets etc.). How would you rebalance and RFP 9140 Public Micro-Mobility Share Program Page 16 of 56 reorganize vehicles / hubs to support the city’s major events and transportation goals? Please describe any limitations to offering such services (e.g., number of unique events per year, activation time etc.). h. Describe how the program’s geofencing technology would allow for e-bikes to operate on Parks and Natural Areas paved trails while preventing e-scooters from operating in those areas, which are prohibited to e-scooters. B. Parking: a. Outline the strategies you will utilize to ensure vehicles are properly and legally parked throughout the day and between trips. b. Outline the methods you will use to encourage users to park in designated or preferred parking areas. c. Describe your ability to geofence designated / preferred parking areas and how that information will be communicated in your app to users. d. Describe how you will establish system boundaries and prevent users from parking outside Fort Collins’ geographic service area. C. Maintenance: a. Provide detailed information, including frequency/timelines, on the maintenance protocols for vehicles and any other equipment provided (e.g., docks, parking equipment, charging equipment) – for both routine and as-needed inspections and maintenance. b. The City / CSU expect vehicles to be in working order per the minimum criteria outlined in Section 2. Provide a detailed list of what is included in your vehicle and other equipment inspections to meet your company’s service levels. c. Outline your approach to charging e-bikes and e-scooters and ensuring adequate battery life. d. Describe how vehicles in need of repair can be remotely locked. Are they immediately blocked or removed from mobile applications and online maps showing available vehicles? e. What methods are in place for users to easily notify the Vendor of any equipment safety or maintenance issues? Vehicles reported as damaged or inoperable vehicles must be taken out of service immediately and remain out of service until fully repaired – please confirm your ability to meet these requirements. f. Describe how you will prevent damage and theft to vehicles and any public property. g. Describe the typical schedule of replacement of vehicles, support equipment and primary components for either. D. Customer Service Plan: Describe your customer service plan and how you will establish a reliable, customer- centered experience that results in a high level of customer satisfaction, including: a. Details of customer service system to be provided, including staffing, wait time, hours of availability, languages, and medium (text, phone, email, Twitter, etc.). b. Hours of field support available. c. Your process for receiving, tracking, and resolving complaints, and communicating with the customer. d. Your plan for resolving on-going issues, daily complaints, crashes and emergencies. e. Your response time for resolving complaints. f. Location of customer service staff. g. Your plan for monitoring system effectiveness, customer satisfaction, and municipal relationships over time. RFP 9140 Public Micro-Mobility Share Program Page 17 of 56 Section 4: Financial Structure A. Pricing / Payment A.1. User pricing: Detail your proposed pricing structure including all membership options and discounted user fees (low-income rates, student memberships, corporate passes etc.). A.2. Payment options: a. Detail all payment options available to access your system, including how the system will be accessible to users who are unbanked, do not have a credit card and / or a smart phone. b. The City / CSU is seeking a vendor that can initially or eventually provide integration with locally used transportation apps and integrated fare. Indicate if you have integrated payment methods and/or equipment access with other services like transit passes in the past. B. System Financing: It is not expected that the City or CSU will have funds to contribute to the launch or maintenance of the program. Provide a financially viable and sustainable proposal with limited to no investment from the City / CSU. a. Describe how you plan to fund the program as proposed herein, including the including the cost of Shared Mobility Encroachment Permits (City), per device permits (CSU) and any required Shared Mobility Parking Encroachment Permits, as referenced in Sect. Eligibility, Prerequisites and Compliance. Include total expected cost of the program (annually), revenue projections, Vendor’s role in financing, or other funding proposals. b. Detail your bid to operate micro-mobility share in Fort Collins under the terms of the City’s required permit. Keeping in mind the City and CSU’s economic position, please describe any financial contribution expected by the City / CSU in order to implement your proposed program. c. Describe your firm’s sponsorship experience and how / if you will work to secure or maintain local sponsors to support and expand the program. Describe sponsorship packages if applicable. C. Letter of Credit: The awarded Vendor will be required to establish an Irrevocable Letter of Credit as performance security in a form satisfactory to the City. The amount of the letter of credit will be one-hundred thousand dollars ($100,000) issued by a federally insured FDIC banking institute. Section 5: Data and App/Webpage A. Data and Reporting: a. Detail the scope and specifications of data that will be made available to the City / CSU, including what data will be included in a monthly or quarterly report (and available on request), and what data will be available in real-time through a data dashboard. Include examples of reports and screenshots of the data dashboard. Data provided should include (but not limited to): i. Safety incident reports / resolution RFP 9140 Public Micro-Mobility Share Program Page 18 of 56 ii. Customer service requests / resolutions iii. # trips per vehicle per day iv. Average trip distance / length v. Hub utilization (pick up / drop off), % returned / access from hub location vi. Trip data including routing, origin and destination information vii. User demographics, including age, gender, zip code viii. Frequency and completeness of routine vehicle and equipment inspections ix. Number of vehicles serviced, including most frequent repair types x. Number of vehicles lost, stolen, replaced or impounded xi. Total amount of revenue collected per month including, but not limited to, any rental fees, membership fees, out of area fees, charges per minute, charges per ride, and hub parking incentives provided xii. Report and describe methodologies for the rebalancing, recharging, and maintenance xiii. Report and describe the dispositions of any injuries to participants xiv. Number of reported contacts with the Fort Collins or CSU Police Departments xv. Heat map(s) of all rides for the month xvi. Number of users participating in various program(s) offered, including low- income and other special discount programs, helmet distribution programs, etc. xvii. Payment method information xviii. Outreach activities completed (quantity and descriptions) b. The Vendor acknowledges that the City and CSU have the ongoing right to receive, review and publicly publish the information provided by the awarded proposal. c. Outline your plan to conduct user or partner surveys, including frequency and information collected. d. Confirm your ability to provide your data through the General Bike Share Feed (GBFS) specification Application Program Interface (API) and Mobility Data Specification (MDS) API. e. Detail your approach to tracking safety data and incidents. What information do you collect, how will you make this data available to the City / CSU? f. Detail your plan to comply with privacy laws and best practices and protect personal customer data. Provide your most recent third-party PCI audit. g. Describe what, if any, user data you intend to collect and sell; and if so, how this will be communicated to users and how they will be able to opt-out. B. Mobile Application & Website a. Describe your app(s) capabilities and the user interface. Include screenshots showing the sign-up process, locking process and what information is available to users. b. Detail any unique features of your app, including ability to reserve or hold vehicles, how many vehicles can be checked out under one account etc. c. Describe the possibilities of development of an app that can house multiple shared mobility devices including those provided by the City and CSU (i.e. Transfort) as well as other private shared-mobility companies. d. Will you provide a Fort Collins specific webpage for the program? Please outline the information that will be available on the webpage and provide screenshots if available. RFP 9140 Public Micro-Mobility Share Program Page 19 of 56 Section 6: Marketing, Community Engagement A. Marketing & Community Engagement: Describe and include examples of how you will conduct outreach, marketing, and engagement for the share program, including your plans for: a. Pre-launch marketing and outreach plan. b. Promoting and marketing the micro-mobility share system. c. Attendance at local events (be specific – e.g., how many events will your team be able to staff / support). d. Educating users on rules of the road and other shared-mobility regulations. e. Describe the age requirements for use of your system, and how you will discourage / prevent underage use of the vehicles. f. Making helmets available to micro-mobility share users. g. Partnering with local non-profits and key organizations to support the program. h. If appropriate for your operations plan, provide a plan for a partnership with a local non-profit organization that has the capabilities to assist with marketing, outreach, and promotion. One example of such an organization is Bike Fort Collins, the role they played in the City’s previous bike share programs referenced above. While a partnership with a local non-profit organization is not mandatory, it is encouraged. B. Equity Plan a. Describe your plan for engaging with and communicating to people with disabilities, older adults and traditionally underserved populations. b. How will you increase accessibility of micro-mobility share among underserved communities? Section 7: Sustainability & Innovation A. In concise terms (no more than two pages), please describe how your organization strives to be sustainable. Address how your firm incorporates Triple Bottom Line (TBL) into the workplace. See Section IV: Review and Assessment for additional information. If possible, please highlight areas of opportunity in the project where sustainability could be applied and/or improved. B. The City / CSU seek to reduce waste associated with its micro-mobility share program and operations. Explain how damaged vehicles are repaired or recycled, in accordance with applicable laws, the average lifespan of the equipment including any batteries, and what efforts are made to reduce landfill waste. Include information related to how the Vendor reduces its carbon footprint through sustainable rebalancing / maintenance approaches. C. Other creative ways you propose to implement a micro-mobility share solution for Fort Collins, including innovative technologies, programs, partnerships or other elements. D. Describe your firm’s long-term business and innovation plan that demonstrates an understanding of the unique Fort Collins market and culture and the successes and challenges of Fort Collins’ previous bike share programs and current e-scooter share program. If not previously discussed, outline future plans for shared mobility devices. E. Provide any information that distinguishes Vendor from its competition and any additional information applicable to this RFP that might be valuable in assessing Vendor’s proposal. Section 8: Additional Information A. Provide a redline with any exceptions to the City’s Service Agreement, Section VI. RFP 9140 Public Micro-Mobility Share Program Page 20 of 56 B. Provide a redline with any exceptions to CSU’s Service Agreement, Section VII. C. Explain any concerns Vendor may have in maintaining objectivity in recommending the best solution. All potential conflicts of interest must be disclosed. IV. REVIEW AND ASSESSMENT CRITERIA A. Proposal and Interview Criteria Vendors will be evaluated on the criteria listed below based on the responses provided in Section III, Proposal Submittal. These 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 Vendors may be conducted. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. WEIGHTING FACTOR QUALIFICATION STANDARD 1.5 Technology, Equipment and Reporting Does the technology, equipment and reporting proposed address all elements of the RFP? 2.5 Firm Experience Does the firm have the experience, capacity and support capabilities required to successfully complete the project on-time and in-budget? Has the firm successfully completed previous projects of this type and scope? 2.5 Proposed Plans, Strategies, and Approaches Do the plans, strategies, and approaches proposed address all elements of the RFP? Does the proposal show an understanding of the project objectives, methodology to be used and results/outcomes required by the project? Are there any exceptions to the specifications, Scope of Work, or agreement? Are sufficient people of the requisite skills and qualifications assigned to the project? 1.0 Sustainability/TBL Methodology Does the firm demonstrate a commitment to Sustainability and incorporate Triple Bottom Line methodology in both their Scope of Work for the project, and their day-to-day business operating processes and procedures? 2.5 Financial Considerations Does the proposal include detailed information about User Pricing, Payment Options, and System Financing? Does the proposed system require limited investment from the City and CSU? Definitions Sustainable Purchasing is a process for selecting products or services that have a lesser or reduced negative effect on human health and the environment when compared with competing products or services that serve the same purpose. This process is also known as “Environmentally Preferable Purchasing” (EPP), or “Green Purchasing”. RFP 9140 Public Micro-Mobility Share Program Page 21 of 56 The Triple Bottom Line (TBL) is an accounting framework that incorporates three dimensions of performance: economic, or financial; environmental, and social. The generally accepted definition for TBL is that it “captures the essence of sustainability by measuring the impact of an organization’s activities on the world…including both its profitability and shareholders values and its social, human, and environmental capital.” B. Reference Evaluation Criteria Prior to award, the Project Manager will check references using the following criteria. Negative responses from references may impact the award determination. CRITERIA STANDARD QUESTIONS Overall Performance Would you hire this Vendor again? Did they show the skills required by this project? Timetable Was the original Scope of Work completed within the specified time? Were interim deadlines met in a timely manner? Completeness Was the Vendor responsive to client needs; did the Vendor anticipate problems? Were problems solved quickly and effectively? Budget Was the original Scope of Work completed within the project budget? Job Knowledge If a study, did it meet the Scope of Work? If Vendor administered a construction contract, was the project functional upon completion and did it operate properly? Were problems corrected quickly and effectively? RFP 9140 Public Micro-Mobility Share Program Page 22 of 56 V. VENDOR STATEMENT Vendor hereby acknowledges receipt of the City of Fort Collins Request for Proposal and acknowledges that it has read and agrees to be fully bound by all of the terms, conditions and other provisions set forth in the RFP. Additionally, Vendor 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 Vendor’s knowledge and belief. b. Vendor 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. Vendor further agrees that the method of award is acceptable. e. Vendor also agrees to complete the proposed Agreement with the City of Fort Collins within 30 days of notice of award. If contract is not completed and signed within 30 days, City reserves the right to cancel and award to the next highest rated firm. f. Vendor acknowledge receipt of __ addenda. g. Failure to provide a public viewing copy will be considered a waiver of any claim of confidentiality under CORA and Vendor hereby waives any and all claims for damages against the City in its good faith compliance with CORA. Legal Firm Name: Physical Address: Remit to Address: Phone: Name of Authorized Agent of Firm: Signature of Authorized Agent: Primary Contact for Project: Title: Email Address: Phone: Cell Phone: NOTE: VENDOR STATEMENT IS TO BE SIGNED & RETURNED WITH YOUR PROPOSAL. Official Purchasing Document Last updated 10/2017 RFP 9140 Public Micro-Mobility Share Program Page 23 of 56 VI. CITY SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN ) SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as "Service Provider". 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 Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit A, consisting of ( ) page(s) and incorporated herein by this reference. Irrespective of references in Exhibit A to certain named third parties, Service Provider shall be solely responsible for performance of all duties hereunder. 2. Time of Commencement. The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. 3. Contract Period. This Agreement shall commence , 20 , and shall continue in full force and effect until , 20 , unless sooner terminated as herein provided. Based on the outcome of the program, the City may elect at its sole option one or more of the following: a. Discontinue the program and revoke the permit(s); b. Renew this Agreement for one (1) year with the option to renew for up to an additional three (3) one-year terms for a total of up to five (5) years; c. Renegotiate the terms of this Agreement based on the City’s learnings from the program particularly as it relates to the financial model and other operational considerations; d. Not renew this Agreement and initiate a new Request for Proposals (RFP) to select a new service provider for the program; e. Not renew this Agreement and initiate a new RFP to select multiple service provider for the program; f. Such other direction in the City’s sole discretion. If the City elects to renew this Agreement, renewals and pricing changes shall be negotiated by and agreed to by both parties. The City shall provide written notice of renewal to the Service Provider and mailed no later than thirty (30) days prior to the end of the term. 4. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such Official Purchasing Document Last updated 10/2017 RFP 9140 Public Micro-Mobility Share Program Page 24 of 56 cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 5. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Service Provider: City: Copy to: Attn: City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 City of Fort Collins Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. In addition, upon termination or expiration of the Agreement, all related permits shall be void and the Service Provider shall remove all devices from the City Rights of Way (ROW) within five (5) business days. 6. Contract Sum. The City shall pay the Service Provider for the performance of this Contract, subject to additions and deletions provided herein, ($ ) as per the attached Exhibit , consisting of page(s), and incorporated herein by this reference. 7. Use of ROW. Nothing in this Agreement shall constitute a conveyance of any interest in the ROW. Notwithstanding anything herein, the City shall have the right to work within and restrict access to portions of the ROW, whether by its own forces or contracted forces. 8. Signage. Service Provider agrees that all signage on devices or otherwise contemplated by this Agreement will abide by all applicable local, state and federal law related to signs. Such signage is not a public forum for public debate or discourse. Service Provider agrees, in addition to any restrictions set forth by City ordinance, that the content of any signage shall not include any message that is illegal, obscene, libelous or fraudulent. Service Provider shall not advertise on any device. 9. Public Records. Service Provider and City acknowledge and agree that records held in the City’s possession are subject to public disclosure as required by the Colorado Open Records Act, C.R.S. §§ 24-72-200.1, et seq.; the Colorado Criminal Justice Records Act, C.R.S. §§ 24-72-301, et seq.; and as otherwise required by law. The City retains sole discretion to determine what records may be disclosed to comply with such laws, and the Official Purchasing Document Last updated 10/2017 RFP 9140 Public Micro-Mobility Share Program Page 25 of 56 City makes no guarantee that it will notify Service Provider prior to the release of such records. 10. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 11. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 12. Subcontractors. Service Provider may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the work of the Service Provider. 13. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 14. Acceptance Not Waiver. 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 or cause of action arising out of performance of this Agreement. 15. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. Official Purchasing Document Last updated 10/2017 RFP 9140 Public Micro-Mobility Share Program Page 26 of 56 c. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City-furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 16. 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 or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 17. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days 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 himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 18. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 19. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit , consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Purchasing Director, P. O. Box 580, Fort Collins, Colorado 80522, one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. Official Purchasing Document Last updated 10/2017 RFP 9140 Public Micro-Mobility Share Program Page 27 of 56 20. Letter of Credit. As security for Service Provider’s performance under the Agreement, the Service Provider shall provide for the benefit of the City an Irrevocable Standby Letter of Credit (ISLC), as outlined in Exhibit , consisting of three (3) pages. The ISLC must be payable at sight and issued by a federally insured (FDIC) U.S. banking institution with a debt rating of 1A or higher by the FDIC, A or higher by Standard & Poors, A of higher by Moody’s Investors, or a comparable rating by a comparable rating system. The federally insured banking institution on which the ISLC is to be drawn shall be acceptable as determined by the City. 21. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 22. No Third-Party Beneficiaries. No provision of this Agreement is intended to nor shall it in any way inure to the benefit of any customer, property owner or any other third party, so as to constitute any such person a third-party beneficiary under this Agreement. 23. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 24. Prohibition Against 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 vendors 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 vendors and their subcontractors at every tier. Official Purchasing Document Last updated 10/2017 RFP 9140 Public Micro-Mobility Share Program Page 28 of 56 25. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “e-Verify Program”) or the Department Program (the “Department Program”), an employment verification program established pursuant to Section 8- 17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider’s violation of Subsection 8-17.5-102, C.R.S. Official Purchasing Document Last updated 10/2017 RFP 9140 Public Micro-Mobility Share Program Page 29 of 56 g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. 26. Appropriation. To the extent this Agreement or any provision in it constitutes a multiple fiscal year debt or financial obligation of the City, it shall be subject to annual appropriation by 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 no such supporting appropriation has been made. 27. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit - Confidentiality, consisting of one (1) page, attached hereto and incorporated herein by this reference. Official Purchasing Document Last updated 10/2017 RFP 9140 Public Micro-Mobility Share Program Page 30 of 56 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director DATE: ATTEST: APPROVED AS TO FORM: SERVICE PROVIDER'S NAME By: Printed: Title: CORPORATE PRESIDENT OR VICE PRESIDENT Date: Official Purchasing Document Last updated 10/2017 RFP 9140 Public Micro-Mobility Share Program Page 31 of 56 EXHIBIT A SCOPE OF SERVICES Official Purchasing Document Last updated 10/2017 RFP 9140 Public Micro-Mobility Share Program Page 32 of 56 EXHIBIT COMPENSATION RFP 9140 Public Micro-Mobility Share Program Page 33 of 56 EXHIBIT INSURANCE REQUIREMENTS 1. The Service Provider 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 Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: “The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins.” 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 Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider 's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and 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 each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. RFP 9140 Public Micro-Mobility Share Program Page 34 of 56 EXHIBIT IRRECOVABLE STANDBY LETTER OF CREDIT [BANK LETTERHEAD] DATE Irrevocable Standby Letter of Credit, Number ______________ Beneficiary: Accountee: City of Fort Collins 281 North College Avenue Fort Collins, Colorado 80524 Attn: Development Dear City of Fort Collins: We, [Insert Name of Bank] (“Bank”), hereby establish, at the request and for the account of Service Provider in the favor of the City of Fort Collins (“Fort Collins” or the “City”) as beneficiary, our Irrevocable Standby Letter of Credit No. _____ (“Letter of Credit”), in the amount of One Hundred Thousand Dollars ($100,000) (as more fully described below), effective immediately and initially expiring (see extension terms below) at the close of banking business on (minimum of two years from the date of issuance of this Letter of Credit) ______________________________, 20__, at our office at_____________________________________________________________________. This Letter of Credit is submitted as security required pursuant to the Service Agreement between Service Provider and Fort Collins dated as of October __, 2019 (the “Agreement”) for a program to deploy mobility devices in Fort Collins (the “Project”) as assurance of Service Provider’s compliance to the requirements of the Agreement and to reimburse Fort Collins for any costs and expenses incurred by Fort Collins due to Service Provider’s breach of, or non-compliance with, the Agreement. Funds under this Letter of Credit are available to you for one or more drawings prior to the close of business on the expiration date described above as extended pursuant to the terms of this Letter of Credit. We have no duty to verify the correctness or completeness of any certificate or instructions delivered to us by you, but rather may rely without question on any Certificate as to the amount of any drawing. Any draft must be drawn on our office described above, dated the date of presentment, contain the number of this Letter of Credit, and accompanied by a signed written certificate in the form attached hereto as Attachment 1. This Letter of Credit shall automatically terminate upon the earlier of: (i) Our honoring your draft(s) totaling $ 100,000 in the aggregate presented on or before this Letter of Credit expires pursuant to the terms herein; or (ii) The surrender to us by you of this Letter of Credit for cancellation; or (iii) The expiration date of this Letter of Credit as such date may be extended pursuant to the terms herein. RFP 9140 Public Micro-Mobility Share Program Page 35 of 56 This Letter of Credit shall be subject to the laws of the State of Colorado, and, to the extent not inconsistent with the terms of this Letter of Credit, International Standby Practices (ISP 98), International Chamber of Commerce (Pub. No. 590). Any suit, action, or proceeding arising out of or relating to or concerning this Letter of Credit, with the exception of appellate matters, shall be subject to the exclusive jurisdiction of the state court located in Larimer County, Colorado, or the federal district court located within Denver, Colorado. This Letter of Credit shall be automatically extended without required action by the City, and without amendments for one year from the date of initial expiration stated above, and each future expiration date thereof, unless the Bank delivers written notice at least sixty (60) days prior to any such expiration date to the City of Fort Collins of its intent not to renew this Letter of Credit. Any such notice shall be in writing and shall be delivered with an acknowledged receipt, either in hand or by certified mail. This Letter of Credit is not transferable. This Letter of Credit sets forth in full our obligations that we are assuming in full regarding this Letter of Credit and such obligations shall not in any way be modified, amended, amplified or limited by reference to any document, instrument or agreement referred to herein, except only the certificate and draft(s) referred to herein; and any such reference shall not be deemed to incorporate herein by reference any document, instrument or agreement except for such certificate and draft(s). Sincerely, [Name] [Title] , Issuer Issuing Company Name: ______________________________________________ Address: ______________________________________________ ______________________________________________ Phone Number: ______________________________________________ RFP 9140 Public Micro-Mobility Share Program Page 36 of 56 ATTACHMENT 1 CERTIFICATE The City of Fort Collins hereby certifies as follows with respect to the certain Irrevocable Standby Letter of Credit No. _______ dated ________________, 20__, established in favor of the City of Fort Collins, Colorado (the “Letter of Credit”): (a) I am authorized to execute this Certificate on behalf of the City of Fort Collins; (b) Certain requirements of the Agreement for which the Letter of Credit was issued have not been fulfilled as follows: ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ (c) The sum of $________________, which is the amount incurred by Fort Collins attributable to Service Provider’s non-compliance and/or default of the Agreement; (d) The amount of the accompanying draft together with all previous draws under the Letter of Credit do not exceed in the aggregate $100,000; and (e) The Letter of Credit has not expired. IN WITNESS WHEREOF, the undersigned has executed this Certificate on behalf of the City of Fort Collins this _________day of ________________, 20__. THE CITY OF FORT COLLINS, COLORADO A Municipal Corporation By: ____________________________ [Title] RFP 9140 Public Micro-Mobility Share Program Page 37 of 56 EXHIBIT CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to this Agreement (the “Agreement”), the Service Provider hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as “information”) that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Service Provider has agreed to perform, the Service Provider hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Service Provider agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City, or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City). The Service Provider shall not disclose any such information to any person not having a legitimate need-to-know for purposes authorized by the City. Further, the Service Provider shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Service Provider understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Service Provider shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Service Provider ceases to perform services for the City, or the City so requests for any reason, the Service Provider shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Service Provider understands and agrees that the City’s remedies at law for a breach of the Service Provider’s obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law. RFP 9140 Public Micro-Mobility Share Program Page 38 of 56 VII. CSU SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN ) INDEPENDENT SERVICES CONTRACT I. PARTIES The Parties to this Independent Services Contract (“Agreement”) are The Board of Governors of the Colorado State University System, acting by and through Colorado State University, a body corporate and an institution of higher education of the State of Colorado, for the use and benefit of Insert Dept Name (hereinafter called the “University” or “CSU”); and Insert Contractor's Name (hereinafter called “Contractor”), a [Select One] existing under the laws of the state of Insert State (collectively, the “Parties”). II. RECITALS WHEREAS, authority to enter into this Agreement arises from C.R.S. §§ 23-30-102, 23-30-120, and 23-31-101, et seq.; funds have been budgeted, appropriated and otherwise made available; and a sufficient unencumbered balance thereof remains available for payment of this Agreement in fund number _________; and WHEREAS, the Contractor was selected pursuant to [Select One] number [n/a]. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein and other good and valuable consideration, the Parties agree to all recitals, terms, conditions and provisions contained herein. III. TERM Effective Date: This Agreement shall commence on the Effective Date, which shall be the later of the date that it is signed by the Colorado State University Controller or the Controller’s authorized delegate or Insert Date or N/A. This Agreement shall not be effective or enforceable and the University shall not be liable to pay the Contractor for performance hereunder until it is approved and signed by the Colorado State University Controller or authorized designee. The Contractor shall not begin work before receiving a fully executed agreement and instructions to proceed. Initial Term: The Initial Term of this Agreement shall commence on the Effective Date and shall terminate on Insert Date or Applicable Timeframe, unless sooner terminated or further extended as specified elsewhere herein. Option to Extend: By Mutual Agreement: The Parties may, upon mutual written agreement, extend this Agreement for an additional term of Insert number of years or months (the “Renewal Term”). Automatic Renewal: Upon expiration of the Initial Term this Agreement shall automatically renew for Insert number and length of renewal terms. The total duration of this Agreement, including any Renewal Term(s), shall not exceed Insert time period--max. 5 years. IV. PURPOSE / SCOPE OF WORK RFP 9140 Public Micro-Mobility Share Program Page 39 of 56 Purpose: The purpose of this Agreement is for Briefly describe the Agreement's purpose. Scope of Work: Contractor shall complete its obligations as described in the Scope of Work attached hereto as Exhibit A on or before the end of the Initial Term or such other date(s) for completion of the Scope of Work or portions of the Scope of Work as may be specified in Exhibit A. Contractor shall procure goods and services necessary to complete the Scope of Work. Such procurement shall be accomplished using the contract funds paid hereunder and shall not increase the maximum amount payable by the University unless otherwise specifically authorized in the Scope of Work. V. PAYMENT TERMS This is a fixed-price Agreement. Payment for all services performed by Contractor under this Agreement shall be in the fixed sum of $[enter dollar amount] payable upon invoice after satisfactory completion of the work, except insofar as a payment schedule or other terms and conditions are set forth in Exhibit B, which, if applicable, is attached hereto and incorporated by this reference. This is not a fixed price Agreement. The price is to be determined according to time and materials or other method of calculation as more fully described in Exhibit B, which is attached and incorporated by this reference. The total amount to be paid to Contractor shall not exceed $[enter dollar amount] and the basis for all charges shall be clearly identified on Contractor’s invoice(s). No payment shall be made for services or deliverables except as specified in this Agreement unless further agreed and approved in writing. Advance Payments: (Only applicable if checked.) Any advance payments required under this Agreement shall only be allowed if specially authorized by the Colorado State University Controller or delegate in compliance with the Colorado State University System Fiscal Rules. Advance Payment Approval: the undersigned represents that he or she is duly authorized to approve the advance payment to Contractor as required under this Agreement, in the amount of $[enter dollar amount] and that an adequate basis for approval exists pursuant to Colorado State University System Fiscal Rule 2.1, and, if applicable, the delegate’s specific written delegation conditions. By: Name: Date: VI. REPRESENTATIVES AND NOTICES The individuals identified below are the designated representatives of the Parties. All notices required to be given hereunder shall be hand delivered with receipt required OR sent by certified or registered mail to such Party’s designated representative at the address set forth below. In addition to, but not in lieu of, a hard-copy notice, notice also may be sent to the email addresses set forth below. Either Party may from time to time designate substitute addresses or persons to whom such notices shall be sent. Unless otherwise provided herein, all notices shall be effective upon receipt. RFP 9140 Public Micro-Mobility Share Program Page 40 of 56 UNIVERSITY: Name of Contract Monitor Campus Mail Address Colorado State University Fort Collins, CO 80523- Email: Email Telephone: Telephone # With a copy to: Office of the General Counsel / Contracting Services 6010 Campus Delivery Colorado State University Fort Collins, CO 80523-6010 Email: contracts@colostate.edu Telephone: 970-491-6166 CONTRACTOR: Name and Title Address 1 Address 2 City, State Zip Email: Email Telephone: Telephone# This is an International Agreement: (Only applicable if checked.) An international agreement with a non-U.S. contractor requires approval by the CSU Export Control Administrator or the Office of the General Counsel. By: *Signature Name: Title: ______________________________ VII. EXHIBITS If checked, the following exhibits are attached and hereby made a part of this Agreement: Exhibit A: Scope of Work Exhibit B: Price, Cost and Payment Provisions Exhibit C: Federal Funds Addendum Exhibit D: ___________________ (please specify) Exhibit E: ___________________ (please specify) If checked, the following exhibits are hereby incorporated and made a part of this Agreement: Exhibit F: ___________________ (please specify) Exhibit G: ___________________ (please specify) RFP 9140 Public Micro-Mobility Share Program Page 41 of 56 VIII. GENERAL TERMS AND CONDITIONS (1) Independent Contractor: Contractor, and all persons employed or engaged by Contractor to perform under the attached Scope of Work, shall perform as an independent contractor and not an employee or agent of the University. The means and methods of performance are to be determined by the Contractor in order to achieve the results required under the Scope of Work. Contractor shall perform its obligations hereunder in accordance with the highest standards of care, skill and diligence in Contractor’s industry, trade, or profession and in the sequence and manner set forth in this Agreement. Contractor and its employees and agents are not entitled to unemployment insurance or workers compensation benefits through the State and the State shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Unemployment insurance benefits shall be available to Contractor and its employees and agents only if such coverage is made available by Contractor or a third party. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind the University to any contract, liability or understanding, except as expressly set forth herein. Contractor shall (a) provide and keep in force workers’ compensation and unemployment compensation insurance in the amounts required by law, (b) provide proof thereof when requested by the State, and (c) be solely responsible for its acts and those of its employees and agents. (2) Inspection/Monitoring: The University reserves the right to inspect Contractor’s performance at all reasonable times and places during the term of this Agreement, including any extensions or renewals. If Contractor’s performance fails to conform to the requirements of this Agreement, the University may require Contractor promptly to come into conformance at Contractor’s sole expense. If Contractor’s performance cannot be brought into conformance by such corrective measures, the University may exercise any or all of the remedies available under this Agreement, at law or in equity. Contractor shall permit the University, the federal government, and governmental agencies having jurisdiction, in their sole discretion, to monitor all activities conducted by Contractor pursuant to the terms of this Agreement using any reasonable procedure. (3) Late Payments / Interest: The University shall pay each invoice within 30 days of receipt thereof, for the work performed by Contractor and accepted by the University. If the University contests any amount invoiced, it shall pay the uncontested amount and provide a written statement of the reason(s) for withholding the remaining amount together with such partial payment. Uncontested amounts not paid by the University within 45 days after due date shall bear interest on the unpaid balance beginning on the 46th day at a rate not to exceed one percent (1.0%) per month until paid in full; provided, however, that interest shall not accrue on unpaid amounts that are subject to a good faith dispute. Contractor shall invoice the University separately for accrued interest on delinquent amounts. The billing shall reference the delinquent payment, the number of days’ interest to be paid, and the interest rate. (4) Fund Availability: Financial obligations of the University payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. If federal funds are used to fund this Agreement, in whole or in part, the University’s performance hereunder is contingent upon the continuing availability of such funds and Exhibit C attached hereto is incorporated herein by this reference. If such funds are not appropriated, or otherwise become unavailable, the University may terminate this Agreement immediately, in whole or in part, without further liability in accordance with the provisions hereof and shall remit payment to the Contractor for its performance prior to termination. If the amount RFP 9140 Public Micro-Mobility Share Program Page 42 of 56 due cannot readily be determined from this Agreement, then the amount shall be calculated on a pro rata basis according to the percentage of the entire Scope of the Work that was completed and accepted by University. (5) Contractor Records: Contractor shall make, keep and maintain a complete file of all records, communications and documents pertaining in any manner to its performance hereunder. Contractor shall maintain such records for a period of at least three (3) years until the last to occur of: (i) the date this Agreement expires or is sooner terminated, (ii) final payment is made hereunder, (iii) the resolution of any pending Agreement matters, or (iv) if an audit is occurring, or Contractor has received notice that an audit is pending, until such audit has been completed and its findings have been resolved (collectively, the “Record Retention Period”). Contractor shall permit the University (and, if federal funds are used in the payment of this Agreement, the federal government), and any duly authorized agent of either, to audit and inspect Contractor’s records during the Record Retention Period to assure compliance with the terms hereof or to evaluate performance hereunder. (6) Confidential Information: Confidential Information (or “CI”) as used in this Agreement, shall include any and all documents, materials, data or information disclosed by one Party (the “Disclosing Party”) to the other Party (the “Recipient”) that (i) is clearly identified as CI at the time of disclosure, or (ii) the Recipient knows to be CI of the Disclosing Party. CI shall not include any information which at the time of disclosure is in the public domain, or which after disclosure is published or otherwise becomes part of the public domain in any manner other than by violation of this Agreement; or was in the possession of the Recipient at the time of disclosure. CI shall not include information required to be disclosed pursuant to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1, et seq. (“CORA”). The Parties shall keep all CI secret at all times and comply with all laws and regulations concerning confidentiality of such information. Any request or demand by a third party for CI shall be immediately forwarded to the Disclosing Party’s designated representative. If disclosure of the CI is required pursuant to CORA or to any lawful subpoena, court order, or other legal process, it shall be the sole responsibility of the Disclosing Party to initiate and prosecute a legal action to prevent, limit or prohibit the disclosure, at its own expense. The Recipient shall reasonably cooperate with the Disclosing Party with respect to any such legal action, but shall always have the right to proceed as it believes, in its sole discretion and judgment, to be required in accordance with the law. (7) Licenses, Permits and Other Authorizations: Contractor represents and warrants that as of the Effective Date it has, and that at all times during the term hereof it shall have and maintain, at its sole expense, all licenses, certifications, approvals, insurance, permits, and other authorizations required by law to perform its obligations hereunder. Contractor, if a foreign corporation or other foreign entity transacting business in the State of Colorado, further warrants that it currently has obtained and shall maintain a business registration with the Colorado Secretary of State and has designated a registered agent in Colorado to accept service of process. Any revocation, withdrawal or non-renewal of licenses, certifications, approvals, insurance, permits or any such similar requirements necessary for Contractor to properly perform the terms of this Agreement is a material breach by Contractor and constitutes grounds for termination of this Agreement. (8) Compliance with Law: Contractor shall strictly comply with all applicable federal and State laws, rules, and regulations in effect or hereafter established, including, without limitation, laws applicable to discrimination and unfair employment practices. Contractor agrees to comply with laws that relate to the export of technical data or equipment, such as International Traffic in Arms Regulations (“ITAR”) and/or Export Administration Act/Regulations (“EAR”) and all such RFP 9140 Public Micro-Mobility Share Program Page 43 of 56 regulations and orders as currently in effect or hereafter amended. Contractor shall not disclose any export-controlled information, or provide any export-controlled equipment or materials to University without prior written notice. In the event that University agrees to receive such export-controlled information, equipment or materials, Contractor shall (i) include the Export Control Classification Number (ECCN) or ITAR notice on the packing documentation, and (ii) send an electronic copy of the ECCN number or ITAR notice documentation to vpr_export_control@Mail.Colostate.edu. (9) Discrimination Prohibited: Contractor and its subcontractors shall abide by the requirements of 41 CFR 60-741.5(a). This regulation prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by covered contractors and subcontractors to employ and advance in employment qualified individuals with disabilities. Contractor and its subcontractors shall also abide by 41 CFR 60-300.5(a). This regulation prohibits discrimination against qualified protected veterans, and requires affirmative action by covered contractors and subcontractors to employ and advance in employment qualified protected veterans. (10) Insurance: A. The Contractor shall obtain, and maintain at all times during the term of this Agreement, insurance in the following kinds and amounts: 1. Workers’ Compensation Insurance as required by state statute, and Employer’s Liability Insurance covering all of Contractor’s employees acting within the course and scope of their employment. 2. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, fire damage, independent contractors, products and completed operations, blanket contractual liability, personal injury, and advertising liability with minimum limits as follows: a. $1,000,000 each occurrence; b. $1,000,000 general aggregate; c. $1,000,000 products and completed operations aggregate; and d. $50,000 any one fire. If any aggregate limit is reduced below $1,000,000 because of claims made or paid, the Contractor shall immediately obtain additional insurance to restore the full aggregate limit and furnish to the University a certificate or other document satisfactory to the University showing compliance with this provision. Notwithstanding this subsection A, if the Contractor is a “public entity” within the meaning of the Colorado Governmental Immunity Act, C.R.S. §§ 24-10-101, et seq., as amended (“CGIA”), the Contractor shall at all times during the term of this Agreement maintain such liability insurance, by commercial policy or self-insurance, as is necessary to meet its liabilities under the CGIA. Upon request by the University, the Contractor shall show proof of such insurance satisfactory to the University. 3. Automobile Liability Insurance covering any auto (including owned, hired and non-owned autos) with a minimum limit as follows: $1,000,000 each accident combined single limit. 4. (Only if checked .) Professional Liability Insurance with minimum limits of liability of not less than $1,000,000. 5. (Only if checked .) Crime / Employee Dishonesty Insurance with minimum limits of liability of not less than $1,000,000. B. The Board of Governors of the Colorado State University System acting by and through Colorado State University, a division of the State of Colorado, shall be named as RFP 9140 Public Micro-Mobility Share Program Page 44 of 56 additional insured on the Commercial General Liability and Automobile Liability Insurance policies (leases and construction contracts will require the additional insured coverage for completed operations on endorsements CG 2010 11/85, CG 2037, or equivalent). Coverage required under the Agreement will be primary over any insurance or self-insurance program carried by the State of Colorado. C. Contractor shall notify University at least 45 days prior to cancellation or non- renewal of the required insurance coverage. D. The Contractor will require all insurance policies in any way related to the Agreement and secured and maintained by the Contractor to include clauses stating that each carrier will waive all rights of recovery, under subrogation or otherwise, against the State of Colorado, its agencies, institutions, organizations, officers, agents, employees and volunteers. E. All policies evidencing the insurance coverage required hereunder shall be issued by insurance companies satisfactory to the University. F. Upon written request, the Contractor shall, within ten (10) days, provide to the University certificates showing insurance coverage required by this Agreement. If requested by University, no later than 15 days prior to the expiration date of any such coverage, the Contractor shall deliver to the University certificates of insurance evidencing renewals thereof. At any time during the term of this Agreement, the University may request in writing, and the Contractor shall thereupon within ten (10) days’ supply to the University, evidence satisfactory to the University of compliance with the provisions of this section. G. Self-insurance programs do not meet the State’s or the University’s insurance requirements unless the Contractor provides satisfactory evidence of a loss reserve fund of not less than the minimum coverage amount specified herein, plus excess liability coverage as appropriate to the industry; financial statements of the business; and proof of Department of Labor certification of self-insurance program for worker’s compensation. (11) Default: The failure of either Party to perform any of its material obligations hereunder in whole or in part or in a timely or satisfactory manner constitutes an event of default. The institution of proceedings under any bankruptcy, insolvency, reorganization or similar law, by or against Contractor, or the appointment of a receiver or similar officer for Contractor or any of its property, which is not vacated or fully stayed within 20 days after the institution or occurrence thereof, shall also constitute an event of default. In the event of a default, notice shall be given in writing by the non-defaulting Party to the defaulting Party. If such default is not cured within 30 days of receipt of written notice, or if a cure cannot reasonably be expected to be completed within 30 days, or if cure has not begun within 30 days and pursued with due diligence, then the defaulting Party shall be in breach of this Agreement, and the non-defaulting Party may terminate the Agreement pursuant to any of the remedies contained herein. Notwithstanding anything to the contrary herein, the University, in its sole discretion, need not provide advance notice or a cure period and may immediately terminate this Agreement in whole or in part if reasonably necessary to preserve public safety or to prevent immediate and/or irreparable harm. (12) Remedies for Default - Termination: In the event of default, either Party may terminate this Agreement in its entirety upon written notice. The University may terminate this Agreement in whole or in part. Exercise by the University of this right shall not be a breach of its obligations hereunder. Contractor shall continue performance of this Agreement to the extent not RFP 9140 Public Micro-Mobility Share Program Page 45 of 56 terminated, if any and may incur obligations as are necessary to do so within this Agreement’s terms. To the extent specified in any termination notice, Contractor shall not incur further obligations or render further performance hereunder past the effective date of such notice, and shall terminate outstanding orders and subcontracts with third parties. Upon termination, Contractor shall take timely, reasonable and necessary action to protect and preserve property in the possession of Contractor in which the University has an interest. All materials owned by the University in the possession of Contractor shall be immediately returned to the University. Any completed deliverables, at the option of the University, shall be delivered by Contractor to the University and shall become the University’s property. The University shall remunerate Contractor only for accepted performance up to the date of termination. Notwithstanding any other remedial action by the University, Contractor shall remain liable to the University for any damages sustained by the University by virtue of any default under this Agreement by Contractor and the University may withhold any payment to Contractor for the purpose of mitigating the University’s damages, until such time as the exact amount of damages due to the University from Contractor is determined. Contractor shall be liable for excess costs incurred by the University in procuring from third parties replacement goods and services as cover. (13) Remedies for Default – Not Involving Termination: The University, in its sole discretion, may exercise one or more of the following remedies in addition to other remedies available to it: A. Suspend Contractor’s performance with respect to all or any portion of this Agreement pending necessary corrective action as specified by the University without entitling Contractor to an adjustment in price/cost or performance schedule. Contractor shall promptly cease performance and incurring costs in accordance with the University’s directive and the University shall not be liable for costs incurred by Contractor after the suspension of performance under this provision. B. Withhold payment to Contractor until corrections in Contractor’s performance are satisfactorily made and completed. C. Deny payment for those obligations not performed that, due to Contractor’s actions or inactions, cannot be performed or, if performed, would be of no value to the University; provided, that any denial of payment shall be reasonably related to the value to the University of the obligations not performed. D. Notwithstanding any other provision herein, the University may demand immediate removal of any of Contractor’s employees, agents, or subcontractors whom the University deems incompetent, careless, insubordinate, unsuitable, or otherwise unacceptable, or whose continued relation to this Agreement is deemed to be contrary to the public interest or the University’s best interest. (14) Intellectual Property Infringement: If Contractor infringes on a patent, copyright, trademark, trade secret or other intellectual property right while performing its obligations under this Agreement, Contractor shall, at the University’s option (i) obtain for the University or Contractor the right to use such products and services; (ii) replace any goods, services, or other product involved with non-infringing products or modify them so that they become non- infringing; or (iii) if neither of the foregoing alternatives are reasonably available, remove any infringing goods, services, or products and refund the price paid thereof to the University. RFP 9140 Public Micro-Mobility Share Program Page 46 of 56 (15) Termination for Convenience: The University is entering into this Agreement for the purpose of carrying out the public policy of the State, as determined by its Governor, General Assembly, and/or Courts and by the Board of Governors of the Colorado State University System, acting by and through its authorized representatives for the University. If, in the sole discretion and judgment of the University, this Agreement ceases to further the public policy of the State or otherwise ceases to benefit the University, University may terminate this Agreement in whole or in part upon not less than 30 days’ written notice. Exercise by the University of this right shall not constitute a breach of the University’s obligations hereunder. (16) Work Product / Rights in Data, Documents and Computer Software: Any software, research, reports, studies, data, photographs, negatives or other documents, drawings, models, materials, or deliverables of any type, including drafts, prepared by Contractor in the performance of its obligations under this Agreement (“Work Product”) shall be the exclusive property of the University and all Work Product shall be delivered to the University by Contractor upon completion or termination hereof. The University’s exclusive rights in such Work Product shall include, but not be limited to, the right to copy, publish, display, transfer, and prepare derivative works. Contractor shall not use, willingly allow, cause or permit such Work Product to be used for any purpose other than the performance of Contractor’s obligations hereunder without the prior written consent of the University. Work Product shall not include the materials, methods, software, or other intellectual property in existence and owned by the Contractor prior to the Effective Date which is subsequently utilized in the Contractor’s performance hereunder. Any University data or University-provided data utilized by Contractor in performance hereunder shall remain the property of University and shall be destroyed upon Contractor’s completion of performance hereunder, using industry standard methods, unless one of the following methods is checked: Return data to University in format mutually agreeable to the Parties. Make data available to the University for 90 days following conclusion of the performance hereunder, after which time the Contractor shall destroy the data using industry standard methods. (17) University Liability / Governmental Immunity: Liability for claims for injuries to persons or property arising from the negligence of the University, its departments, Board, officials, and employees is at all times herein strictly controlled and limited by the provisions of the CGIA, as now and hereafter amended. Nothing in this Agreement shall be deemed or applied as a waiver of such immunities. In no event will the University or the State of Colorado be liable for any special, indirect, or consequential damages, even if the University or the State has been advised of the possibility thereof. As an institution of the State of Colorado, the University is not authorized to indemnify any party, public or private, as against the claims and demands of third parties and any such indemnification provision in this Agreement shall be null and void. (18) Contractor Indemnification: Contractor shall indemnify, save, and hold harmless the State of Colorado, the University, and their employees and agents, against any and all claims, damages, liability and court awards including costs, expenses, and attorney fees and related costs, incurred as a result of any act or omission by Contractor, or its employees, agents, subcontractors, or assignees pursuant to the terms of this Agreement. If Contractor is a public entity, then provisions hereof shall be applicable to the extent authorized by law, and not construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protection, or other provisions, of the CGIA or the Federal Tort Claims Act, 28 U.S.C. 2671, et seq., as applicable, as now or hereafter amended. RFP 9140 Public Micro-Mobility Share Program Page 47 of 56 (19) Assignment and Subcontracts: Contractor’s rights and obligations hereunder are personal and may not be transferred, assigned or subcontracted without the prior, written consent of the University. Any attempt at assignment, transfer, subcontracting without such consent shall be void. All assignments, subcontracts, or subcontractors approved by Contractor or the University are subject to all of the provisions hereof including insurance requirements. Contractor shall be solely responsible for all aspects of subcontracting arrangements and performance. Copies of any and all subcontracts entered into by Contractor to perform its obligations hereunder shall be submitted to the University or its designated representative upon request by the University. Any and all subcontracts entered into by Contractor related to its performance hereunder shall comply with all applicable federal and state laws and shall provide that such subcontracts be governed by the laws of the State of Colorado. (20) Complete Agreement: This Agreement represents the complete integration of all understandings between the Parties and all prior representations and understandings, oral or written, are merged herein. Prior or contemporaneous additions, deletions, or other changes hereto shall not have any force or effect whatsoever, unless embodied herein. All provisions herein contained, including the benefits and burdens, shall extend to and be binding upon the Parties’ respective heirs, legal representatives, successors, and permitted assigns. The captions and headings in this Agreement are for convenience of reference only, and shall not be used to interpret, define, or limit its provisions. (21) Amendments: Except as specifically provided in this Agreement, modifications of this Agreement shall not be effective unless agreed to in writing by both Parties in an amendment to this Agreement, properly executed and approved in accordance with applicable Colorado state laws, regulations and Colorado State University System Fiscal Rules. This Agreement is subject to such modifications as may be required by changes in federal or Colorado state law, or their implementing regulations. Any such required modification automatically shall be incorporated into and be part of this Agreement on the effective date of such change, as if fully set forth herein. (22) Severability/Waiver: Provided this Agreement can be executed and performance of the obligations of the Parties accomplished within its intent, the provisions hereof are severable and any provision that is declared invalid or becomes inoperable for any reason shall not affect the validity of any other provision hereof, provided that the Parties can continue to perform their obligations under this Agreement in accordance with its intent. Waiver of any breach under a term, provision, or requirement of this Agreement, or any right or remedy hereunder, whether explicitly or by lack of enforcement, shall not be construed or deemed as a waiver of any subsequent breach of such term, provision or requirement, or of any other term, provision, or requirement. (23) Choice of Law, Venue and Jurisdiction: Colorado law, and rules and regulations issued pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules, and regulations shall be null and void. Any provision rendered null and void by the operation of this provision shall not invalidate the remainder of this Agreement, to the extent capable of execution. All suits or actions related to this Agreement shall be filed and proceedings held in the State of Colorado District Court, and exclusive venue shall be in the County of Larimer. The University does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. RFP 9140 Public Micro-Mobility Share Program Page 48 of 56 (24) Third Party Beneficiaries: Enforcement of this Agreement and all rights and obligations hereunder are reserved solely to the Parties. Any services or benefits which third parties receive as a result of this Agreement are incidental to the Agreement, and do not create any rights for such third parties. (25) Software Piracy Prohibition (Governor’s Executive Order D 002 00): University or other public funds payable under this Agreement shall not be used for the acquisition, operation, or maintenance of computer software in violation of federal copyright laws or applicable licensing restrictions. Contractor hereby certifies and warrants that, during the term of this Agreement and any extensions, Contractor has and shall maintain in place appropriate systems and controls to prevent such improper use of public funds. If the University determines that Contractor is in violation of this provision, the University may exercise any remedy available at law or in equity or under this Agreement, including, without limitation, immediate termination of this Agreement and any remedy consistent with federal copyright laws or applicable licensing restrictions. (26) Employee Financial Interest (CRS 24-18-201; 24-50-507): The signatories aver that to their knowledge, no employee of the State has any personal or beneficial interest whatsoever in the service or property described in this Agreement. Contractor has no interest and shall not acquire any interest, direct or indirect, that would conflict in any manner or degree with the performance of Contractor’s services and Contractor shall not employ any person having such known interests. (27) Vendor Offset (CRS 24-30-201(1); 24-30-202.4): (Not applicable to intergovernmental agreements.) Subject to C.R.S. § 24-30-202.4(3.5), the State Controller may withhold payment under the State’s vendor offset intercept system for debts owed to State agencies for: (a) unpaid child support debts or child support arrearages; (b) unpaid balances of tax, accrued interest, or other charges specified in C.R.S. §§ 39-21-101, et seq.; (c) unpaid loans due to the Student Loan Division of the Department of Higher Education; (d) amounts required to be paid to the Unemployment Compensation Fund; and (e) other unpaid debts owing to the State as a result of final agency determination or judicial action. (28) Public Contracts for Services (CRS 8-17.5-101): (Not Applicable to agreements relating to the offer, issuance, or sale of securities, investment advisory services or fund management services, sponsored projects, intergovernmental agreements, or information technology services or products and services.) Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized immigrant who shall perform work under this Agreement and shall confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Verify Program or the State program established pursuant to C.R.S. § 8-17.5-102(5)(c), Contractor shall not knowingly employ or contract with an unauthorized immigrant to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an unauthorized immigrant to perform work under this Agreement. Contractor (a) shall not use E-Verify Program or State program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed; (b) shall notify the subcontractor and the contracting State agency within three (3) days if Contractor has actual knowledge that a subcontractor is employing or contracting with an unauthorized noncitizen for work under this Agreement; (c) shall terminate the subcontract if a subcontractor does not stop employing or contracting with the unauthorized noncitizen within three (3) days of receiving the notice; and (d) shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. RFP 9140 Public Micro-Mobility Share Program Page 49 of 56 § 8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State program, Contractor shall deliver to the University a written, notarized affirmation, affirming that Contractor has examined the legal work status of such employee, and shall comply with all of the other requirements of the State program. If Contractor fails to comply with any requirement of this provision or C.R.S. §§ 8-17.5-101, et seq., the University may terminate this Agreement for breach and, if so terminated, Contractor shall be liable for damages. (29) Public Contracts with Natural Persons (CRS 24-76.5-101): Contractor, if a natural person 18 years of age or older, hereby swears and affirms under penalty of perjury that he or she (a) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (b) shall comply with the provisions of C.R.S. §§ 24-76.5-101, et seq., and (c) has produced one form of identification required by C.R.S. § 24-76.5-103 prior to the effective date of this Agreement. (30) Signing Authority: Contractor warrants that it possesses the legal authority to enter into this Agreement and that it has taken all actions required by its procedures, and by-laws, and/or applicable laws to exercise that authority, and to lawfully authorize its undersigned signatory to execute this Agreement, or any part thereof, and to bind Contractor to its terms. If requested by the University, Contractor shall provide the University with proof of Contractor’s authority to enter into this Agreement within 15 days of receiving such request. This Agreement may be executed in multiple identical original counterparts, all of which shall constitute one agreement. [SIGNATURE PAGE FOLLOWS] RFP 9140 Public Micro-Mobility Share Program Page 50 of 56 IN WITNESS WHEREOF, THE PARTIES HERETO HAVE EXECUTED THIS AGREEMENT *Persons signing for Contractor hereby swear and affirm that they are authorized to act on Contractor’s behalf and acknowledge that Colorado State University is relying on their representations to that effect and accept personal responsibility for any and all damages the University may incur for any errors in such representation. CONTRACTOR: Insert Legal Name of Contractor By: ____________________________________ Name: _________________________________ Title: _________________________________ Date: _________________________________ STATE OF COLORADO Jared Polis, GOVERNOR Board of Governors of the Colorado State University System, acting by and through Colorado State University By: _______________________________________ Name: _____________________________________ Title: _____________________________________ Date: _____________________________________ REQUIRED APPROVAL: By: ____________________________________ Name: ____________________________________ Title: ____________________________________ Account No: ___________________________ LEGAL REVIEW Phil Weiser, Attorney General By: __________________________________________ Grant Calhoun Associate Legal Counsel / Director of Contracting Services Office of the General Counsel ALL EXPENDITURE AGREEMENTS REQUIRE APPROVAL BY THE UNIVERSITY CONTROLLER C.R.S. § 24-30-202 and University policy require the University Controller to approve all expenditure contracts. This Agreement is not valid until signed and dated below by the University Controller or delegate. Contractor is not authorized to begin performance until such time. If Contractor begins performing prior thereto, the University is not obligated to pay Contractor for such performance or for any goods and/or services provided hereunder. RFP 9140 Public Micro-Mobility Share Program Page 51 of 56 COLORADO STATE UNIVERSITY CONTROLLER By: ______________________________________ Name: ___________________________________ Date: ___________________________________ RFP 9140 Public Micro-Mobility Share Program Page 52 of 56 VIII. EXHIBIT A TO INDEPENDENT SERVICES AGREEMENT SCOPE OF WORK GENERAL DESCRIPTION: Enter HERE the Scope of Work, including the following: (a) description of activities; (b) list of required deliverables, i.e. goods, services, results, reports; (c) required timetable for completion of tasks or conveyance of deliverables. RFP 9140 Public Micro-Mobility Share Program Page 53 of 56 IX. EXHIBIT B TO INDEPENDENT SERVICES AGREEMENT PRICE, COST AND PAYMENT PROVISIONS PAYMENT PROVISIONS. A. Nature of Payments. The nature timing of payments made to Contractor under this Agreement is shall be: i. The contract price is $enter dollar amount. Payments shall be made as follows: DATE, EVENT or DELIVERABLE AMOUNT PAYABLE ii. Per the payment schedule and values in Exhibit . iii. For time and material/hourly labor contracts, University shall pay the Contractor at the rate of $ per hour for labor, plus cost of materials, with total charges not to exceed a ceiling price of $enter dollar amount. The Contractor shall successfully complete the contracted services in accordance with contract requirements within the ceiling price specified herein. The Contractor shall submit invoices monthly, together with proof of time and costs, no later than the 10th day of the month. Payments will be made within 30 days after invoice. iv. For cost reimbursement contracts, University shall reimburse the Contractor’s actual, reasonable, and allowable costs, as defined herein, not exceeding $enter dollar amount. The Contractor shall submit invoices monthly no later than the 10th day of the month. Payments will be made within 30 days after invoice. B. Maximum Amount Payable. Unless otherwise provided by a signed Amendment, the maximum amount payable by the University to Contractor during each year of the Term shall be: $ in FY Calendar Year $ in FY Calendar Year $ in FY Calendar Year $ in FY Calendar Year $ in FY Calendar Year C. Inclusions. Except as otherwise set forth in this exhibit, the above rates shall include all fees, costs and expenses, including, but not limited to, labor costs, travel expenses, parts, service, repair, removal, replacement, supplies, installation, testing, reporting, analysis, delivery charges and any other expenses incurred by Contractor in the performance hereunder. RFP 9140 Public Micro-Mobility Share Program Page 54 of 56 EXHIBIT C TO INDEPENDENT SERVICES AGREEMENT FEDERAL FUNDS ADDENDUM Should federal funds be used for payment by University under the Agreement, the following provisions shall be deemed incorporated and made a part of the Agreement: 1. Equal Employment Opportunity – Contractor shall comply with E.O. 11246, “Equal Opportunity,” as amended by E.O. 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” 2. Copeland “Anti-Kickback” Act (18 U.S.C. 874 and 40 U.S.C. 276c) (Applicable to contracts in excess of $2000 for construction or repair.) – Contractor shall comply with the Copeland “Anti-Kickback” Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or sub-recipient shall 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 is otherwise entitled. The recipient shall report all suspected or reported violations to the University. 3. Davis-Bacon Act, as amended (40 U.S.C. 276a to a-7) (Applicable to construction contracts of more than $2000.) – Contractor shall comply with the Davis-Bacon Act (40 U.S.C. 276a to a-7) and as supplemented by Department of Labor regulations (29 CFR part 5, “Labor Standards Provision Applicable to Contracts Governing Federally Financed and Assisted Construction”). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the University. 4. Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333) (Applicable to construction contracts of more than $2000 and other contracts involving the employment of mechanics or laborers in excess of $2500.) – Contractor must comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall 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 1 ½ times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall 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. 5. Rights to Inventions Made Under a Contract or Agreement – Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the RFP 9140 Public Micro-Mobility Share Program Page 55 of 56 rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Governmental Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. 6. Clean Air Act 942 U.S.C. 7401, et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251, et seq.), as amended (Applicable to Contracts and sub-grants of amounts greater than $100,000.) – Contractor must comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401, et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251, et seq.). Violations shall be reported to the University and the Regional Office of the Environmental Protection Agency (EPA). 7. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) – Contractors who apply or bid for an award of $100,000 or more shall 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 shall 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 University. 8. Debarment and Suspension (E.O.s 12549 and 12689) – No contract shall be made to parties listed on the general Services Administration’s List of Parties Excluded from Federal Procurement of Nonprocurement Programs in accordance with E.O.s 125449 and 12689, “Debarment and Suspension.” This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 9. Combating Trafficking in Persons (22 U.S.C. 7101) – The United States Government has adopted a zero tolerance policy regarding Contractors and Contractor employees that engage in or support severe forms of trafficking in persons, procurement of commercial sex acts, or use of forced labor. During the performance of this Contract, Contractor shall ensure that its employees do not violate this policy. Should University become aware that Contractor has violated this policy, University may terminate the contract for breach in accordance with the termination clause herein. RFP 9140 Public Micro-Mobility Share Program Page 56 of 56 ATTACHMENT A BIKE SHARE NETWORK MAP