Request for Proposals -- Fleet Consultant. Introduction



Similar documents
AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

CONSULTANT AGREEMENT

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)

Services Agreement Instruction Sheet

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

INDEPENDENT CONTRACTOR AGREEMENT

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

BRITISH SOCCER CAMP A G R E E M E N T

INDEPENDENT CONTRACTORS AGREEMENT

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

How To Write A Contract Between College And Independent Contractor

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES

PHOTOGRAPHY/VIDEO SERVICES AGREEMENT

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

NPSA GENERAL PROVISIONS

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1

EXHIBIT A (of Request for Proposal)

EXHIBIT 1 Standard Contract Addendum

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

LITTLETON PUBLIC SCHOOLS INDEPENDENT CONTRACTOR AGREEMENT

CITY OF GALVESTON CONTRACT FOR RFP#15-20 MONUMENT RESTORATION

BENTON COUNTY PERSONAL SERVICES CONTRACT

Agent Agreement WITNESSETH

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

City of Scotts Valley INTEROFFICE MEMORANDUM

How To Work With The City Of Riverhead

NORTH CAROLINA STATE UNIVERSITY AGREEMENT

CONSULTANT AGREEMENT

SAMPLE SERVICES CONTRACT

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

COLUMBIA GAS OF OHIO, INC. ACCOUNTS RECEIVABLE PURCHASE AGREEMENT

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

Agreement for Net Metering and Interconnection Services (Level 1, 2 and 3 Interconnection)

AGENT AGREEMENT. I. Agent s Obligations

BROKER AND CARRIER AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT - OR -

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

FREELANCE PHOTOGRAPHY AGREEMENT

ACTUARIAL CONSULTING SERVICES AGREEMENT

One Card Office Division of Student Affairs

DUE DATE: August 23, :00 p.m.

NON EXCLUSIVE BROKER REFERRAL AGREEMENT

Agreement for Services

Request for Proposals (RFP) No Work Order and Asset Management Software

MEMORANDUM OF AGREEMENT SUMMARY

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

Request for Proposal Integrated Mosquito Management Program Due before 5:00 P.M. on May 2, 2014

AGREEMENT FOR PROFESSIONAL SERVICES

CONSULTANT SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT

City of Piedmont COUNCIL AGENDA REPORT

A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

AGREEMENT FOR SERVICES

Department: Public Works. Presented By: Michael J. Michael, City Engineer

MERCHANT AGREEMENT FOR LIONCASH+ PROGRAM

CONSULTING SERVICES AGREEMENT

NATIONAL CONTRACTORS INSURANCE COMPANY, INC., A RISK RETENTION GROUP SUBSCRIPTION AND SHAREHOLDERS AGREEMENT

FY2016 AGREEMENT TO FUND ECONOMIC DEVELOPMENT PROGRAMS AND SERVICES OPERATED BY DOWNTOWN DURHAM, INC. USING CITY OF DURHAM GRANT FUNDS

#5 Independent Contractor Form - With Insurance With Bonds

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

BOND AGREEMENT: IRREVOCABLE LETTER OF CREDIT FOR COMPLETION OF IMPROVEMENTS

COC-Insurance Requirements Page 1 of 9

INMATE TELEPHONE SERVICES AGREEMENT

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval

**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF **

CONSULTANT AGREEMENT WITNESSETH. Recitals:

Below is an overview of the Molex lease process as it applies to Molex Application Tooling equipment.

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:

Transcription:

Request for Proposals -- Fleet Consultant The City of Loveland, Colorado is seeking proposals from qualified consulting firms for a detailed analysis of the City s fleet operation. Three complete copies of the proposal are required. A principal of the firm must sign the submittal cover letter and the proposal itself. Proposals must be submitted to the Office of the City Clerk, 500 E. 3 rd Street, Loveland, Colorado 80537, by 2:00 p.m. MDT on Thursday, July 30, 3009. No late proposals will be accepted. Proposals should be delivered in a sealed envelope with the following information clearly marked thereon: CONSULTANT PROPOSAL FOR FLEET MANAGEMENT The City is not responsible for delays occasioned by the U.S. Postal Service, the City s internal mail delivery system, or any other means of delivery employed by the proposer. The City reserves the right to reject any and all proposals and to waive any irregularities or informalities. Questions regarding this RFP may be directed to Steve Kibler, Fleet Manager, at 970-962-3343, or kibles@ci.loveland.co.us. Introduction The City of Loveland, Colorado wishes to enlist the services of a professional management consulting firm, with specialty skills in fleet management, to perform a detailed analysis of the City s fleet operation. The successful consultant will examine the processes and the efficiencies of the City s fleet operation, or the lack of, and report those findings to the City. The consultant should provide a minimum of three reference accounts for similar size fleet operations complete with contact information and copies of recommendations provided by those operations. Other detailed requirements of this request for proposal are contained within the details of this RFP. Loveland is a full service community that provides all utility services to its citizens, with the exception of natural gas, cable TV, and telephone. the City s fleet size is approximately 510 units and has a widely-diversified make-up in order to support those services. The City has for many years provided contract fleet maintenance services to the Thompson R-2J School District; this relationship will terminate beginning in the fall of 2009, driving operational changes. The financing of the fleet is split between three primary approaches. The City provides services to the community through enterprise funds as well as the general fund. The enterprise funds (Water, Power, Golf, Stormwater, and Solid Waste) all fund equipment through a cash-funded approach as necessary. The majority of general fund supported operations are funded through a fleet fund approach, with monthly amortization rates to account for the future cost of replacement. Until recently equipment purchases over $100,000 were not included in the fleet fund approach, but were cash funded by annual budgetary appropriations. Beginning in 2009 general fund fleet components over $100,000 will be added into the fund at the time of 1

replacement, eliminating the annual appropriations necessity over the next fifteen years. The City seeks to complete this project will all due urgency. Staffing Analysis and Space Needs Project Requirements Divisional Analysis Components The consultant will perform a detailed analysis of staffing and physical resources and determine if such staffing and resources are in alignment with City goals and industry practice. The consultant will prepare a detailed analysis of the efficiency and effectiveness of fleet services and develop a revised staffing and resources document including a proposed organizational chart and space needs assessment. If current service quality, staffing alignment, and space needs are not optimal, the consultant must show precisely why a change is being proposed. This analysis will be based on past practice, as well as a recommendation of changes necessary due to the loss of 37% of the current workload with loss of school district services. Evaluate Vehicle and Equipment Funding Structure for General Fund Vehicles The consultant will evaluate vehicle replacement methods used to fund and manage life-cycles of general fund fleet vehicles and the financial solvency of fund reserves. Enterprise departments manage and fund replacement of their respective fleets, and the Vehicle Maintenance Division provides maintenance and repair only. Utilization Analysis The consultant will perform a detailed utilization analysis of the entire fleet. The final report will show low and high usage vehicles and equipment. Low usage vehicles will be evaluated for their critical function despite low mileage and whether there are alternative ways to address the critical function. A recommendation for low usage vehicles and equipment will be included with projected savings and revenues from reduction of fleet size. Evaluate Safety and Environmental Programs The consultant will perform a review of the structure and effectiveness of the Vehicle Maintenance Division s safety and environmental practices. Downtime Analysis Operational Analysis Components The consultant will analyze downtime and establish standards by class code for the City to measure itself against and comparisons to industry benchmarks. 2

Labor Rate Analysis The consultant will determine a current fully-burdened labor rate and document the process used to perform the calculation. This shall include a breakdown of the labor rate by class code or other appropriate mechanism based on fleet make-up. Fuel Markups and Analysis The consultant will determine a current fully-burdened fuel mark-up, the reason for one, and document the process used to perform the calculation. This shall include an analysis of the City s current philosophy on maintenance and replacement of the fueling and wash facilities. Review Parts Operations The current parts operation is a stand-alone operation that supports the shop; review of the parts operation shall include inventory management strategy, technology assessment, and cost of service. The consultant will determine potential alternatives to current service methodology, including whether the current approach is meeting the assessed need at the appropriate cost structure. The consultant will determine and provide an analysis of the current fully-burdened parts mark-up, the reason for one, and document the process used to perform the calculation. Performance Evaluation and Comparison to Industry Best Practices The consultant will evaluate current performance on all major services and determine if such performance meets industry standards. This will include an evaluation of turnaround time and service effectiveness. Additionally, the consultant will compare the City s fleet operation to industry best practices and develop recommendations and a draft implementation plan to correct any deficiencies noted. Industry best practices must be documented as such. In the draft implementation plan the consultant will state how industry standards or best practices were established and where they came from. Perform Technology Assessment The consultant will perform a technology assessment for the City s fleet operation to include the vehicles, equipment, computers, and database used. Maintenance and Repair Practices The consultant will analyze maintenance and repair practices to determine if repairs are within acceptable industry standards, including scheduling strategies and cost of repairs. The consultant will analyze an appropriate number of vehicles and/or pieces of equipment as selected by the consultant, at its discretion, to provide credible performance measures. This will also include an examination of the City s work flow and communication practices. Preventive Maintenance Standards 3

The contracter will evaluate past preventive maintenance program performance to establish if performance is within acceptable industry standards. Cost Analysis Business Management Analysis The consultant will provide a complete activity-based costing and productivity analysis of the City s operation. This analysis shall review specific operational activities that can be isolated from other general shop operations, including but not limited to parts operations, A/C work, other services currently outsourced, and other services currently performed in-house that could be outsourced. Outsourced Specialty Repairs The consultant will examine if the currently outsourced services/repairs are appropriately outsourced or if the could be performed in-house at a lower cost. Equipment Pools and Management Based on the utilization analysis the consultant will provide an assessment and recommendations related to pooling of equipment within the fleet, management of pooled equipment, and technology to enhance the pooled fleet resources. Privatization The consultant will examine the efficiencies and effectiveness of the City s fleet operations, prepare a summary of those findings, and make recommendations on whether or not the City s fleet operation services could be delivered using an alternate model such as a public/private partnership or full privatization. Alternative Revenue Generation Future Business Considerations The Vehicle Maintenance Division is considering providing contract services to outside customers that fit the current profile of services provided; for example, other area fire and emergency service providers. The consultant will review these alternative revenue strategies and analyze the potential operational impacts, offering insights into the impacts as well as upsides to such arrangements. Sustainability Impacts Public fleets are facing ever greater scrutiny on "greening" of their fleets. The consultant will provide a forward-looking analysis of potential impacts to the City s fleet with known or 4

projected regulatory changes, and identify areas of the existing fleet with the highest potential for sustainability changes moving forward. Client List RFP Requirements The firm must provide a complete client list noting fleets on their list of similar size and make-up to the City s. Deliverables The firm must state any deliverables they will provide to the City, including draft and final reports, written recommendations, and any other materials or products. Project Time Line The firm must provide a complete project time line, which must include how long it will take the firm to complete the project up to presentation of the final report and recommendations. Cost Proposal The firm must provide a complete cost proposal based on the scope of services set forth in this RFP. The cost proposal must include the hourly rate to be charged, the number of hours to complete the project, and travel and office expenses. The total cost shall be stated as a not-toexceed price. Staff The firm must provide a complete list of staff to be assigned to this project, and attach their resumes.. The firm must also provide an overview and brief history of the firm and its experience. Contract Documents The selected firm is expected to sign the attached Agreement for Professional Services. Any changes to the Agreement required by the firm must be noted in the proposal. Selection Process A selection/evaluation committee comprised of City staff will rate each proposal based on the following general factors: originality and clarity of the proposal; the firm s organization and structure; experience in projects similar to that described herein; proven customer service; proven innovation; references; past successful experience in working with municipal governments, including the City of Loveland; the firm s knowledge and awareness concerning special requirements of fleet management; and price. From the complete group of submitting firms, the committee will select 2-4 firms as finalists depending on the number and quality of proposals received. These finalists will be asked to make 5

30 minute formal presentations of their proposals and respond to oral questions from the committee. Finalist firms are requested to refrain from contact with committee members during the final selection process. The final rankings will be compiled following the oral presentations. The top ranked firm will be asked to develop a complete scope of services and fee proposal. Both are negotiable. Should either be unacceptable to the committee or City staff following open negotiations, the City reserves the right to enter into negotiations with the second ranked firm. The City intends to award the contract to the firm submitting the best overall proposal. 6

A G R E E M E N T For Professional Services THIS AGREEMENT ( Agreement ) is made and entered into this day of, 200 by and between the CITY OF LOVELAND, COLORADO, a home rule municipality ( City ), and ( Consultant ). WHEREAS, City is undertaking the following project: ( Project ); and WHEREAS, City desires to retain the services of Consultant to complete the Project as set forth in this Agreement; and WHEREAS, Consultant desires to provide those services to City. NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties agree as follows: 1. Services. City agrees to retain Consultant to provide the services set forth herein, and as further specified in Exhibit A, attached hereto and incorporated herein by reference ( Services ), and Consultant agrees to so serve. Consultant warrants and represents that it has the requisite authority, capacity, experience, and expertise to perform the Services in compliance with the provisions of this Agreement and all applicable laws and agrees to perform the Services on the terms and conditions set forth herein. City reserves the right to omit any of the Services identified in Exhibit A upon written notice to Consultant. In the event of any conflict between this Agreement and Exhibit A, the provisions of this Agreement shall prevail. 2. Compensation. City agrees to pay Consultant a sum not to exceed Dollars ($ ), as adjusted to reflect the deletion by City of any of the Services set forth in Exhibit A. City shall make payment within thirty (30) days of receipt and approval of invoices submitted by Consultant, which invoices shall be submitted to City not more frequently than monthly and which shall identify the specific Services performed for which payment is requested. 3. Term. The Term of this Agreement shall be from the date first written above until, unless extended by written agreement of the parties. 4. Appropriation. The parties agree and acknowledge that this Agreement does not constitute a multiple fiscal year debt or financial obligation of City based on City s ability to terminate this Agreement pursuant to Termination, below. Consultant acknowledges that City has made no promise to continue to budget funds beyond the current fiscal year and that City has and will pledge adequate cash reserves on a fiscal year-by-fiscal year basis. 5. Monitoring and Evaluation. City reserves the right to monitor and evaluate the progress and performance of Consultant to ensure that the terms of this Agreement are being satisfactorily met in accordance with City s and other applicable monitoring and evaluating criteria and standards. Consultant shall cooperate with City relating to such monitoring and evaluation. PAGE 1 OF 9 REVISED 1/28/08

6. City Property. Reports, surveys, maps, plans, drawings, photographs, and any other tangible materials produced by Consultant pursuant to this Agreement shall at all times be considered City property. 7. Independent Consultant. The parties agree that Consultant shall be an independent consultant and shall not be an employee, agent, or servant of City. Consultant is not entitled to workers compensation benefits from City and is obligated to pay federal and state income tax on any money earned pursuant to this Agreement. 8. Insurance Requirements. a. Comprehensive General Liability Insurance. Consultant shall procure and keep in force during the duration of this Agreement a policy of comprehensive general liability insurance insuring Consultant and naming City as an additional insured against any liability for personal injury, bodily injury, or death arising out of the performance of the Services with at least One Million Dollars ($1,000,000) each occurrence. The limits of said insurance shall not, however, limit the liability of Consultant hereunder. b. Comprehensive Automobile Liability Insurance. Consultant shall procure and keep in force during the duration of this Agreement a policy of comprehensive automobile liability insurance insuring Consultant and naming City as an additional insured against any liability for personal injury, bodily injury, or death arising out of the use of motor vehicles and covering operations on or off the site of all motor vehicles controlled by Consultant which are used in connection with the Project, whether the motor vehicles are owned, non-owned, or hired, with a combined single limit of at least One Million Dollars ($1,000,000). The limits of said insurance shall not, however, limit the liability of Consultant hereunder. c. Professional Liability Insurance. If Consultant is an architect, engineer, surveyor, appraiser, physician, attorney, accountant, or other licensed professional, or if it is customary in the trade or business in which Consultant is engaged to carry professional liability insurance, or if City otherwise deems it necessary, Consultant shall procure and keep in force during the duration of this Agreement a policy of errors and omissions professional liability insurance insuring Consultant against any professional liability with a limit of at least One Million Dollars ($1,000,000) per claim and annual aggregate. The limits of said insurance shall not, however, limit the liability of Consultant hereunder. d. Terms of Insurance. (i) Insurance required by this Agreement shall be with companies qualified to do business in the State of Colorado with a general policyholder s financial rating of not less than A+3A as set forth in the most current edition of Best s Insurance Reports and may provide for deductible amounts as Consultant deems reasonable for the Services, but in no event greater than Twenty Thousand Dollars ($20,000.00). No such policies shall be cancelable or subject to reduction in coverage limits or other modification except after thirty (30) days prior written notice to City. Consultant shall identify whether the type of coverage is occurrence or claims made. If the type of coverage is claims made, which at renewal Consultant changes to occurrence, Consultant shall carry a six (6)-month tail. Consultant shall not do or permit to be done anything that shall invalidate the policies. PAGE 2 OF 9 REVISED 1/28/08

(ii) The policies described in subparagraphs a. and b. above shall be for the mutual and joint benefit and protection of Consultant and City. Such policies shall provide that City, although named as an additional insured, shall nevertheless be entitled to recovery under said policies for any loss occasioned to it, its officers, employees, and agents by reason of negligence of Consultant, its officers, employees, agents, subcontractors, or business invitees. Such policies shall be written as primary policies not contributing to and not in excess of coverage City may carry. e. Workers Compensation and Other Insurance. During the term of this Agreement, Consultant shall procure and keep in force workers compensation insurance and all other insurance required by any applicable law. If under Colorado law Consultant is not required to carry workers compensation insurance, Consultant shall provide City an executed Certificate of Exemption From Statutory Workers Compensation Law and Acknowledgement of Risk/Hold Harmless Agreement, which shall be attached hereto as Exhibit B and incorporated herein by reference. f. Evidence of Coverage. Before commencing work under this Agreement, Consultant shall furnish to City certificates of insurance policies evidencing insurance coverage required by this Agreement. Consultant understands and agrees that City shall not be obligated under this Agreement until Consultant furnishes such certificates of insurance. g. Subcontracts. Consultant agrees to include the insurance requirements set forth in this Agreement in all subcontracts. City shall hold Consultant responsible in the event any subcontractor fails to have insurance meeting the requirements set forth in this Agreement. City reserves the right to approve variations in the insurance requirements applicable to subcontractors upon joint written request of subcontractor and Consultant if, in City s opinion, such variations do not substantially affect City s interests. 9. Indemnification. Consultant hereby covenants and agrees to indemnify, save, and hold harmless City, its officers, employees, and agents from any and all liability, loss, costs, charges, obligations, expenses, attorney s fees, litigation, judgments, damages, claims, and demands of any kind whatsoever arising from or out of any negligent act or omission or other tortious conduct of Consultant, its officers, employees, or agents in the performance or nonperformance of its obligations under this Agreement. 10. Termination. a. Generally. City may terminate this Agreement without cause if it determines that such termination is in City s best interest. City shall effect such termination by giving written notice of termination to Consultant, specifying the effective date of termination, at least fourteen (14) calendar days prior to the effective date of termination. In the event of such termination by City, City shall be liable to pay Consultant for Services performed as of the effective date of termination, but shall not be liable to Consultant for anticipated profits. Consultant shall not perform any additional Services following receipt of the notice of termination unless otherwise instructed in writing by City. PAGE 3 OF 9 REVISED 1/28/08

b. For Cause. If, through any cause, Consultant fails to fulfill its obligations under this Agreement in a timely and proper manner, violates any provision of this Agreement, or violates any applicable law, City shall have the right to terminate this Agreement for cause immediately upon written notice of termination to Consultant. In the event of such termination by City, City shall be liable to pay Consultant for Services performed as of the effective date of termination, but shall not be liable to Consultant for anticipated profits. Consultant shall not perform any additional Services following receipt of the notice of termination. Notwithstanding the above, Consultant shall not be relieved of liability to City for any damages sustained by City by virtue of any breach of this Agreement, and City may withhold payment to Consultant for the purposes of setoff until such time as the exact amount of damages due to City from Consultant is determined. 11. Work By Illegal Aliens Prohibited. This paragraph shall apply to all Consultants whose performance of work under this Agreement does not involve the delivery of a specific end product other than reports that are merely incidental to the performance of said work, or information technology services or information technology products and services. a. Consultant hereby certifies that, as of the date of this Agreement, it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement and that Consultant will participate in the e-verify program or department program as defined in C.R.S. 8-17.5-101 in order to confirm the employment eligibility of all employees who are newly hired for employment to perform work under this Agreement. b. Consultant shall not knowingly employ or contract with an illegal alien to perform works under this Agreement or enter into a contract with a subcontractor that fails to certify to Consultant that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. c. Consultant hereby certifies that it has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under this Agreement through participation in either the e-verify program or the department program. d. Consultant is prohibited from using either the e-verify program or the department program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. e. If Consultant obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Consultant shall be required to: (i) notify the subcontractor and City within three (3) days that Consultant has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and (ii) terminate the subcontract with the subcontractor if within three (3) days of receiving the notice required pursuant to this subparagraph the subcontractor does not stop employing or contracting with the illegal alien; except that Consultant shall not terminate PAGE 4 OF 9 REVISED 1/28/08

the contract with the subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. f. Consultant shall comply with any reasonable request by the Colorado Department of Labor and Employment ( Department ) made in the course of an investigation that the Department is undertaking pursuant to the authority established in C.R.S. Article 17.5. g. If Consultant violates this paragraph, City may terminate this Agreement for breach of contract. If this Agreement is so terminated, Consultant shall be liable for actual and consequential damages to City. 12. Compliance with C.R.S. 24-76.5-103. a. If Consultant is a natural person (i.e., not a corporation, partnership, or other legally-created entity) 18 years of age or older, he/she must do the following: (i) complete the affidavit attached to this Agreement as Exhibit C. (ii) attach a photocopy of the front and back of one of the valid forms of identification noted on Exhibit C. b. If Consultant executes the affidavit stating that he/she is an alien lawfully present in the United States, City shall verify his/her lawful presence through the federal systematic alien verification or entitlement program, known as the SAVE Program, operated by the U.S. Department of Homeland Security or a successor program designated by said department. In the event City determines through such verification process that Consultant is not an alien lawfully present in the United States, City shall terminate this Agreement and shall have no further obligation to Consultant hereunder. 13. Compliance with Article XXVIII of the Colorado Constitution. If and only to the extent this Agreement constitutes a sole source government contract within the meaning of Article XXVIII of the Colorado Constitution ( Article XXVIII ), then the provisions of Sections 15 through 17 of Article XXVIII ( Amendment 54 ) are hereby incorporated into this Agreement, and the parties hereto shall comply with the provisions of Amendment 54. In such case, for purposes of this Agreement, Consultant shall constitute a contract holder for purposes of Amendment 54, as shall any additional persons, officers, directors, or trustees related to Consultant who qualify as contract holders pursuant to the definition set forth in Article XXVIII. In addition, if and only to the extent this Agreement constitutes a sole source government contract, Consultant hereby certifies that it is not ineligible to hold any sole source government contract pursuant to Amendment 54 or any contract thereunder, and Consultant hereby agrees to notify City immediately if, at any point during the term of this Agreement, Consultant shall become ineligible to hold any sole source government contract pursuant to Amendment 54 or any contract thereunder. If any provision or provisions of Amendment 54 are held to be unconstitutional or otherwise invalid by a court of competent jurisdiction in a non- PAGE 5 OF 9 REVISED 1/28/08

appealable action, have been repealed retroactively or otherwise do not apply to this Agreement, such provision or provisions shall no longer be incorporated into this Agreement, and the parties hereto shall have no obligations under such provision or provisions. 14. Governmental Immunity Act. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions of the Colorado Governmental Immunity Act, C.R.S. 24-10-101 et seq. 15. Governing Law and Venue. This Agreement shall be governed by the laws of the State of Colorado, and venue shall be in the County of Larimer, State of Colorado. 16. Assignability. Consultant shall not assign this Agreement without City s prior written consent. 17. Binding Effect. This Agreement shall be binding upon, and shall inure to the benefit of, the parties hereto and their respective heirs, personal representatives, successors, and assigns. 18. Survival Clause. The Indemnification provision set forth in this Agreement shall survive the completion of the Services and the satisfaction, expiration, or termination of this Agreement. 19. Entire Agreement. This Agreement contains the entire agreement of the parties relating to the subject matter hereof and, except as provided herein, may not be modified or amended except by written agreement of the parties. 20. Severability. In the event a court of competent jurisdiction holds any provision of this Agreement invalid or unenforceable, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 21. Headings. Paragraph headings used in this Agreement are for convenience of reference and shall in no way control or affect the meaning or interpretation of any provision of this Agreement. 22. Notices. Written notices required under this Agreement and all other correspondence between the parties shall be directed to the following and shall be deemed received when hand-delivered or three (3) days after being sent by certified mail, return receipt requested: If to City: If to Consultant: PAGE 6 OF 9 REVISED 1/28/08

23. Time of the Essence. Consultant acknowledges that time is of the essence of this Agreement. Consultant s failure to complete any of the Services contemplated herein during the Term of this Agreement, or as may be more specifically set forth in Exhibit A, shall be deemed a breach of this Agreement. 24. Special Provisions. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first above written. CITY OF LOVELAND, COLORADO By: ATTEST: Title: City Clerk APPROVED AS TO FORM: Assistant City Attorney CONSULTANT: By: Title: STATE OF COLORADO ) ) ss. COUNTY OF ) PAGE 7 OF 9 REVISED 1/28/08

The foregoing Agreement was acknowledged before me this day of, 200 by. (Insert name of individual signing on behalf of Consultant) Witness my hand and official seal. My commission expires. Notary Public PAGE 8 OF 9 REVISED 1/28/08

EXHIBIT A SCOPE OF SERVICES PAGE 9 OF 9 REVISED 1/28/08

EXHIBIT B CERTIFICATE OF EXEMPTION FROM STATUTORY WORKERS COMPENSATION LAW AND ACKNOWLEDGEMENT OF RISK/HOLD HARMLESS AGREEMENT ( Consultant ) certifies to the City of Loveland ( City ) that it is exempt from the provisions of the Colorado Workers Compensation Act. If Consultant has any employees who will perform the Services or subsequently employs any person to perform the Services as set forth in this Agreement (other than subcontractors, who are not considered employees for the purposes of workers compensation), it agrees to provide City with a Certificate of Insurance as required by the Agreement indicating proof of statutory workers compensation coverage on such persons prior to their start of work for City. Consultant acknowledges that it will be engaging in activities which exposes it to the risk of bodily injury, that it is physically capable of performing the activities, and that all necessary precautions to prevent injury to Consultant and others will be taken. Consultant shall not hold City liable for any injuries sustained, by it or others, which may arise out of or in the course of the work performed for or on behalf of City, and Consultant agrees to defend, indemnify, and hold harmless City from all such claims. CONSULTANT: By: Title: STATE OF COLORADO ) ) ss. COUNTY OF ) The foregoing Certificate of Exemption From Statutory Workers Compensation Law and Acknowledgement of Risk/Hold Harmless Agreement was acknowledged before me this day of, 200 by. (Insert name of individual singing on behalf of Consultant) Witness my hand and official seal. My Commission Expires. Notary Public

EXHIBIT C AFFIDAVIT I swear or affirm under penalty of perjury under the laws of the State of Colorado that: or I am a United States citizen. (Valid I.D. must be provided) I am a legal permanent resident of the United States. (Alien registration number and valid I.D. must be provided) or I am lawfully present in the United States pursuant to federal law. (Alien registration number and valid I.D. must be provided) I understand that this sworn statement is required by law because I have applied for a public benefit. I understand that state law requires me to provide proof that I am lawfully present in the United States prior to receipt of this public benefit. I further acknowledge that making a false, fictitious, or fraudulent statement or representation in this sworn affidavit is punishable under the criminal laws of Colorado as perjury in the second degree under Colorado Revised Statute 18-8-503 and it shall constitute a separate criminal offense each time a public benefit is fraudulently received. Signature Date C.R.S. 24-76.5-103 Rev. 06/03/2008 INTERNAL USE ONLY Valid forms of identification ---current Colorado driver s license, minor driver s license, probationary driver s license, commercial driver s license, restricted driver s license, instruction permit ---current Colorado identification card ---U.S. military card or dependent identification card ---U.S. coast guard merchant mariner card ---Native American tribal document ---original birth certificate from any state of the United States ---certificate verifying naturalized status by U.S. with photo and raised seal ---certificate verifying U.S. citizenship by U.S. government, e.g., U.S. passport ---order of adoption by a U.S. court with seal of certification ---valid driver s license from any state of the U.S. or the Dist. of Columbia excluding AK, HI, IL, MD, MI, NE, NM, NC, OR, TN, TX, UT, VT and WI ---valid immigration documents demonstrating lawful presence, e.g., current foreign passport with current I-551 stamp or visa, current foreign passport with I-94, I-94 with asylum status, unexpired Resident Alien card, Permanent Resident card or Employment Authorization card NOTE: If an individual has identification (excluding driver s licenses) not included on this list, contact the Department Director. Also, a waiver may be available where no identification exists or can be obtained due to a medical condition, homelessness, or insufficient documentation to receive a Colorado I.D. or driver s license.