Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout- - (9)Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 1 of 18
PROFESSIONAL SERVICES AGREEMENT
WORK ORDER TYPE
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 MATRIX CONSULTING GROUP LTD., a California Corporation,
hereinafter referred to as the "Professional".
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scope of Services. The Professional agrees to provide services in accordance with any
project Work Orders for 9740 Organizational Assessment and Analysis On-Call Consulting
Services, issued by the City. A blank sample of a work order is attached hereto as Exhibit
A, consisting of one (1) page and is incorporated herein by this reference. A general scope
of services is attached hereto as Exhibit C, consisting of five (5) pages and is incorporated
herein by this reference. The City reserves the right to independently bid any project rather
than issuing a Work Order to the Professional for the same pursuant to this Agreement.
Irrespective of references in Exhibit A to certain named third parties, the Professional shall
be solely responsible for performance of all duties hereunder. The term “Work” as used in
this Agreement shall include the services and deliverables contained in Exhibit A and any
Work Orders issued by the City.
The City may, at any time during the term of a particular Work Order and without invalidating
such Work Order, make changes to the scope of the particular services. Such changes shall
be agreed upon in writing by the parties by Change Order, a sample of which is attached
hereto as Exhibit B, consisting of one (1) page and incorporated herein by this reference.
2. Time of Commencement and Completion of Services. The services to be performed
pursuant to this Agreement shall be initiated as specified on each Work Order. Time is of
the essence. Any extensions of any time limit must be agreed upon in writing by the parties
hereto.
3. Contract Period. This Agreement shall commence April 1, 2023, and shall continue in full
force and effect until March 31, 2024, unless sooner terminated as herein provided. In
addition, at the option of the City, the Agreement may be extended for additional one year
periods not to exceed four (4) additional one year periods. Renewals and pricing changes
shall be negotiated by and agreed to by both parties only at the time of renewal. Written
notice of renewal shall be provided to the Professional and mailed no later than thirty (30)
days prior to contract end.
4. Early Termination by City. 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 Professional. Such notice shall be delivered at least ten (10) days prior to the
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 2 of 18
termination date contained in said notice unless otherwise agreed in writing by the parties.
In the event of early termination by the City, the Professional shall be paid for services
rendered to the date of termination, subject only to the satisfactory performance of the
Professional 's obligations under this Agreement. Professional shall submit a final invoice
within ten (10) days of the effective date of termination. Undisputed invoices shall be paid
Net 30 days of the date of the invoice. Such payment shall be the Professional 's sole right
and remedy for such termination.
5. Notices. All notices provided under this Agreement shall be effective immediately when
emailed or three (3) business days from the date of the notice when mailed to the following
addresses:
Service Provider: City: Copy to:
Matrix Consulting Group Ltd.
Attn: Aaron Baggarly
Project Manager
1650 S. Amphlett Blvd., Ste. 213
San Mateo, CA 94402
ABaggarly@MatrixCG.net
City of Fort Collins
Attn: Kathryne Marko
PO Box 580
Fort Collins, CO 80522
KMarko@fcgov.com
City of Fort Collins
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
purchasing@fcgov.com
6. City Representative. The City will designate, prior to commencement of the Work, its project
representative who shall make, within the scope of his or her authority, all necessary and
proper decisions with reference to the project. All requests for contract interpretations,
change orders, and other clarification or instruction shall be directed to the City
Representative.
7. Design, Project Insurance and Insurance Responsibility. The Professional shall be
responsible for the professional quality, technical accuracy, timely completion and the
coordination of all services rendered by the Professional, including but not limited to
designs, plans, reports, specifications, and drawings and shall, without additional
compensation, promptly remedy and correct any errors, omissions, or other deficiencies.
The Professional shall indemnify, save and hold harmless the City its officers and
employees, in accordance with Colorado law, from all damages whatsoever claimed by third
parties against the City and for the City's costs and reasonable attorney’s fees arising
directly or indirectly out of the Professional's negligent performance of any of the services
furnished under this Agreement. The Professional shall maintain insurance in accordance
with Exhibit E, consisting of one (1) page, attached hereto and incorporated herein.
8. Compensation. In consideration of services to be performed pursuant to this Agreement,
the City agrees to pay the Professional on a time and reimbursable direct cost basis
designated in Exhibit D, consisting of two (2) pages, attached hereto and incorporated
herein by this reference. At the election of the City, each Work Order may contain a
maximum fee, which shall be negotiated by the parties hereto for each such Work Order.
Monthly partial payments based upon the Professional's billings and itemized statements
are permissible. The amounts of all such partial payments shall be based upon the
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 3 of 18
Professional's City-verified progress in completing the services to be performed pursuant to
the Work Order and upon approval of the Professional's direct reimbursable expenses. Final
payment shall be made following acceptance of the Work by the City. Upon final payment,
all designs, plans, reports, specifications, drawings, and other services rendered by the
Professional shall become the sole property of the City.
Invoices shall be emailed to invoices@fcgov.com with a copy to the City Representative.
The cost of the work completed shall be paid to the Professional following the submittal of
a correct itemized invoice by the Professional. The City is exempt from sales and use
tax. The City’s Certificate of Exemption license number is 09804502. A copy of the license
is available upon written request.
The City pays invoices on Net 30 days from the date of the invoice.
9. 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.
10. License. Upon execution of this Agreement, the Professional grants to the City an
irrevocable license to use any and all sketches, drawings, specifications, designs,
blueprints, data files, calculations, studies, analysis, renderings, models and other Work
Order deliverables (the “Instruments of Service”), in any form whatsoever and in any
medium expressed, for purposes of constructing, using, maintaining, altering and adding to
the project, provided that the City substantially performs its obligations under the
Agreement. The license granted hereunder permits the City and third parties reasonably
authorized by the City to reproduce applicable portions of the Instruments of Service for use
in performing services or construction for the project. In addition, the license granted
hereunder shall permit the City and third parties reasonably authorized by the City to
reproduce and utilize the Instruments of Service for similar projects, provided however, in
such event the Professional shall not be held responsible for the design to the extent the
City deviates from the Instruments of Service. This license shall survive termination of the
Agreement by default or otherwise.
11. Monthly Report. Commencing thirty (30) days after Notice to Proceed is given on any Work
Order and every thirty days thereafter, the Professional is required to provide the City
Representative with a written report of the status of the Work with respect to the Work Order,
Work Schedule and other material information. Failure to provide any required monthly
report may, at the option of the City, suspend the processing of any partial payment request.
12. Independent Contractor. The services to be performed by the Professional are those of an
independent contractor and not of an employee of the City of Fort Collins. The City shall
not be responsible for withholding any portion of the Professional's compensation hereunder
for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 4 of 18
purpose.
13. Subcontractor/Subconsultants. The Professional may not subcontract any of the Work set
forth in the subsequent Work Orders 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/subconsultant 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/subconsultant 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/subconsultant and the City, nor will it obligate the City to pay or see
to the payment of any subcontractor/subconsultant, and (d) the Work of the
subcontractor/subconsultant will be subject to inspection by the City to the same extent as
the Work of the Professional.
The Professional shall require all subcontractor/subconsultants performing Work hereunder
to maintain insurance coverage naming the City as an additional insured under this
Agreement of the type and with the limits specified within Exhibit E, consisting of one (1)
page attached hereto and incorporated herein by this reference. The Professional shall
maintain a copy of each subcontract’s certificate evidencing the required insurance. Upon
request, the Professional shall promptly provide the City with a copy of such certificate(s).
14. Personal Services. It is understood that the City enters into this Agreement based on the
special abilities of the Professional and that this Agreement shall be considered as an
agreement for personal services. Accordingly, the Professional shall neither assign any
responsibilities nor delegate any duties arising under this Agreement without the prior written
consent of the City.
15. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications,
reports, and incidental work or materials furnished hereunder shall not in any way relieve
the Professional of responsibility for the quality or technical accuracy of the Work. 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.
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.
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 themselves 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.
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 5 of 18
18. Entire Agreement; Binding Effect; Order of Precedence; Authority to Execute. This
Agreement, along with all Exhibits and other documents incorporated herein, shall constitute
the entire Agreement of the parties regarding this transaction. Covenants or
representations not contained in this Agreement shall not be binding on the parties. In the
event of a conflict between terms of the Agreement and any exhibit or attachment, the terms
of the Agreement shall prevail. Each person executing this Agreement affirms that they have
the necessary authority to sign on behalf of their respective party and to bind such party to
the terms of this Agreement.
19. Law/Severability. The laws of the State of Colorado shall govern the construction,
interpretation, execution and enforcement of this Agreement. The Parties further agree that
Larimer County District Court is the proper venue for all disputes. If the City subsequently
agrees in writing that the matter may be heard in federal court, venue will be in Denver
District Court. 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.
20. Utilization 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. Nothing herein shall be deemed to authorize or empower
the Agency to act as an agent for the City of Fort Collins in connection with the exercise of
any rights hereunder, and neither party shall have any right or authority to assume or create
any obligation or responsibility on behalf of the other. The other Agency shall be solely
responsible for any debts, liabilities, damages, claims or expenses incurred in connection
with any agreement established between them and the Professional. The City’s concurrence
hereunder is subject to the Professional’s commitment that this authorization shall not have
a negative impact on the work to be completed for the City.
21. 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
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 6 of 18
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 subcontractor/subconsultants at
every tier.
22. Governmental Immunity Act. No term or condition of this Agreement shall be construed or
interpreted as a waiver, express or implied, of any of the notices, requirements, immunities,
rights, benefits, protections, limitations of liability, and other provisions of the Colorado
Governmental Immunity Act, C.R.S. § 24-10-101 et seq. and under any other applicable
law.
23. Colorado Open Records Act. The City is subject to Sec. 24-72-201 et seq. of the Colorado
Revised Statute (CORA). This Agreement is subject to public disclosure in whole pursuant
to CORA.
24. Force Majeure. No Party hereto shall be considered in default in the performance of an
obligation hereunder to the extent that performance of such obligation is delayed, hindered,
or prevented by force majeure. Force majeure shall be any cause beyond the control of the
defaulting Party which could not reasonably have been foreseen and guarded
against. Force majeure includes, but is not limited to, acts of God, fires, riots, pandemics,
incendiarism, interference by civil or military authorities, compliance with regulations or
orders of military authorities, and acts of war (declared or undeclared), provided such cause
could not have been reasonably foreseen and guarded against by the defaulting
Party. Force majeure shall not include increases in labor, commodity, utility, material,
supply, fuel, or energy costs, or compliance with regulations or orders of civil authorities. To
the extent that the performance is actually prevented, the Consultant must provide written
notice to the City of such condition within ten (10) days from the onset of such condition.
25. Special Provisions. Special provisions or conditions relating to the services to be performed
pursuant to this Agreement are set forth in Exhibit F - Confidentiality, consisting of one (1)
page, attached hereto and incorporated herein by this reference.
[Signature Page Follows]
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 7 of 18
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul
Purchasing Director
Date:
ATTEST:
APPROVED AS TO FORM:
MATRIX CONSULTING GROUP LTD.
By:
Printed:
Title:
Date:
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
President
3/23/2023
Richard Brady
Assistant City Attorney
3/27/2023
City Clerk
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 8 of 18
EXHIBIT A
WORK ORDER FORM
PURSUANT TO A MASTER AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
MATRIX CONSULTING GROUP LTD.
WORK ORDER NUMBER:
PROJECT TITLE:
ORIGINAL BID/RFP NUMBER & NAME: 9740 Organizational Analysis and
Assessment On-Call Consulting Services
MASTER AGREEMENT EFFECTIVE DATE: April 1, 2023
WORK ORDER COMMENCEMENT DATE:
WORK ORDER COMPLETION DATE:
MAXIMUM FEE: (time and reimbursable direct costs):
PROJECT DESCRIPTION/SCOPE OF SERVICES:
Professional agrees to perform the services identified above and on the attached forms in
accordance with the terms and conditions contained herein and in the Master Agreement between
the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement
and this Work Order (including the attached forms) the Master Agreement shall control.
The attached forms consisting of ( ) page(s) are hereby accepted and incorporated
herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this
document.
PROFESSIONAL: Date:
Aaron Baggarly, Project Manager
ACCEPTANCE: Date:
TBD, City Representative
REVIEWED: Date:
Ed Bonnette, Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 9 of 18
EXHIBIT B
CHANGE ORDER
NO.
PROJECT TITLE: 9740 Organizational Analysis and Assessment On-Call Consulting
Services
PROFESSIONAL: MATRIX CONSULTING GROUP LTD.
WORK ORDER NUMBER:
PO NUMBER:
DESCRIPTION:
1. Reason for Change: Why is the change required?
2. Description of Change: Provide details of the changes to the Work
3. Change in Work Order Price:
4. Change in Work Order Time:
ORIGINAL WORK ORDER PRICE $ .00
TOTAL APPROVED CHANGE ORDER .00
TOTAL PENDING CHANGE ORDER .00
TOTAL THIS CHANGE ORDER .00
TOTAL % OF THIS CHANGE ORDER %
TOTAL C.O.% OF ORIGINAL WORK ORDER %
ADJUSTED WORK ORDER COST $ .00
PROFESSIONAL: Date:
Aaron Baggarly, Project Manager
ACCEPTANCE: Date:
TBD, City Representative
REVIEWED: Date:
Ed Bonnette, Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 10 of 18
EXHIBIT C
GENERAL SCOPE OF SERVICES
The selected consultant will perform an organizational analysis of the City’s local
compliance teams in Environmental Services, Community Development and Neighborhood
Services, and Environmental Regulatory Affairs. This analysis will culminate into a set of
recommendations for process improvements, policy changes, and/or shifts in organizational
structure depending on the consultant’s findings along with a phasing and implementation
plan. In addition, the goal is to award an on-call work-order professional services
agreement that can be renewed for up to five years maximum for future similar
organizational assessment and analysis projects.
A. Work Order #1 General Scope of Work
The City is evaluating its processes, policies, and organizational structure related to
compliance with local laws and regulations and is seeking consultant services to assist with
this project. Local compliance teams are located throughout the organization in three
primary areas. The first is the Environmental Services Department (ESD), which is housed
within the organization’s Sustainability Services Area and deals primarily with local
compliance issues related to air quality and waste reduction & recycling. The second is
Community Development and Neighborhood Services (CDNS), which is housed within the
Planning, Development, and Transportation Service Area and deals primarily with local
regulations in the areas of zoning, code compliance, and building inspections. The third is
the Environmental Regulatory Affairs division (ERA), which is housed within the municipal
Utilities Service Area and deals primarily with local compliance issues related to stormwater
quality, construction sites, spills.
With the goals of exceptional and equitable service to the community, organizational
effectiveness and efficiency, and community and workforce safety and wellbeing in mind,
the City hopes to evaluate and improve its distributed approach to local compliance. Often,
there are several City inspectors/compliance staff at one site at a time, and there is currently
little cross-departmental talk to promote cross-training and knowledge/skill/ability
duplication. The City hopes that an in-depth evaluation of the organization’s approach to
local compliance will help ESD, CDNS, and ERA address staffing challenges through
knowledge and skill duplication and encourage employees to use PTO; gain a clearer
understanding of the customer experience when interacting with City compliance staff; and
provide better and more streamlined service to the community in this critical area.
B. Work Order #1 Scope of Work Deliverables/Milestones
The selected Professional will perform an organizational analysis of the City’s local
compliance teams in Environmental Services, Community Development and Neighborhood
Services, and Environmental Regulatory Affairs. This analysis will culminate into a set of
recommendations for process improvements, policy changes, and/or shifts in organizational
structure depending on the consultant’s findings along with a phasing and implementation
plan. Expected project milestones include:
1. Project Kickoff & Initial Grounding
The Professional’s team and the project core team will have a kickoff meeting to review
project milestones, clarify what success looks like, and adjust the scope and deliverables
accordingly.
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 11 of 18
DELIVERABLE: Meeting notes and revised scope of work.
2. Organization and Peer Cities Research & Initial Recommendations
The Professional will conduct an initial organizational assessment of the City’s approach to
local regulatory compliance and resulting impacts on customer experience and community
compliance trends. Relevant organizational charts will be provided by the City.
• The assessment will include focus groups/interviews with compliance staff in ESD,
CDNS, and ERA to understand and synthesize employee experience in this
functional area. City staff will identify participants and provide the selected consultant
team with their information.
• Additionally, the assessment should include a comprehensive breakdown of
customer/user experience when interacting with compliance staff. This portion of the
project will require analysis of different types of customer interactions, including
projects that may involve all three local regulatory compliance working groups (such
as residential building construction/development) as well as projects or instances in
which only one working group is involved (such as occupancy violations).
• The analysis will include a geographic mapping component that displays the location
of local noncompliance complaints. This component will include an assessment of
“hotspots” for noncompliance as well as potentially underserved areas where
communities are experiencing noncompliance and failing to report issues to City
staff.
In addition to the initial internal organizational assessment and community mapping, the
Professional will conduct peer cities research to understand external trends and best
practices for organizational structure, policies, and processes related to local regulatory
compliance. Peer cities will be provided by Fort Collins City staff.
• Peer cities research will include an analysis of compliance staffing structures,
policies/processes, and success evaluation criteria/metrics in a list of peer
communities provided by City staff. The Professional will synthesize trends and
industry best practices to include in the assessment.
DELIVERABLE: The Organization and Peer Cities Research & Initial Recommendations
deliverable will be a written document that synthesizes key findings from internal
interviews/focus groups, customer experience analysis, compliance mapping, and peer
cities research. The document should also provide initial recommendations for
process/policy/organizational structure improvements for local compliance staff going
forward.
3. Second Round of Engagement
Given the complexities and sensitivities that accompany large procedure changes or
organizational restructuring, the Professional will present their initial findings and
recommendations to a variety of stakeholders, including the core internal staff team for this
project, focus groups of impacted employees, and the project’s Executive Sponsors. The
Professional will be responsible for recording feedback and reactions to their initial
recommendations from these groups and engaging in additional dialogue as
necessary/directed for the internal staff team.
DELIVERABLE: The Second Round of Engagement Deliverable will be a written document
that details stakeholder feedback to the Professional’s initial process/policy/structure
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 12 of 18
recommendations. The Professional will conduct a formal debrief with the project core team
of findings and allow City staff to provide their understanding of feedback and reactions from
the second round of engagement prior to revising the initial recommendations in a final
report and implementation plan.
4. Revised Recommendations and Implementation Plan
After receiving feedback and reactions from internal stakeholders on initial
process/policy/organization structure recommendations, the Professional will revise their
recommendations to reflect a careful balance of industry/peer best practices and the unique
needs and concerns of the City of Fort Collins.
DELIVERABLE: The Revised Recommendations and Implementation Plan deliverable will
be a written document that details the Professional’s revised process/policy/organizational
structure recommendations based upon internal stakeholder feedback. In addition to revised
recommendations with a rationale for each change from the initial recommendation, the
Professional will include recommendations for phasing and implementing the suggested
changes in a formal implementation plan. Finally, the deliverable should include quantitative
and qualitative evaluation criteria that City staff can use to assess the success of the
implementation of the Professional’s revised recommendations.
C. Professional’s Response:
1. Describe how the project would be managed and who would have primary responsibility
for its timely and professional completion.
A principal of the firm is involved in every project, providing oversight, quality control and
management assistance for all of our studies. As the leader of our general consulting
practice Alan Pennington, a Senior Vice President of the firm, will act as a project executive.
Alan will be supported by Aaron Baggarly, a Senior Manager of the firm who will serve as
the project manager.
2. Briefly describe the approach to execute the scope of work to include the methods and
assumptions used, and any exceptions and/or risks.
Important to the success of the project are the methods that Professional will use to collect,
analyze, and present information in order to formulate findings and develop and assure
acceptance of recommendations. Professional has developed and fine-tuned over the
years, a number of information gathering tools and techniques. These tools enable us to
gather information efficiently and quickly. Examples of the tools that we will employ in this
project include the following:
• Interviews. Interviews are a staple of our consulting approach. In this study, we will
interview the appropriate individuals managing and carrying out the work and from
operating departments to understand their service needs and expectations. Given the
Covid-19 environment we are experienced and prepared to conduct these interviews
virtually and are in a hybrid mode now.
• Data Analysis and Performance Metrics. Professional uses “best management
practices” against which to assess the services provided in the City. The analysis of best
practices for services, efficiency and effectiveness has been increasingly utilized in the
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 13 of 18
public sector to evaluate organizations. We will utilize a list of quantitative and qualitative
best practices that have been developed by the Matrix Consulting Group or by professional
associations to benchmark performance.
• An Inclusive Stakeholder-Oriented Approach. Stakeholder involvement is a critical
component of this study. Professional proposes to conduct individual interviews with
managers and supervisors, as well as a representative number of line staff, in both
individual and group interviews. Additionally, Professional will interview selected other City
employees to understand their perspective on the services provided and needed. As
critical as initial input is, communication and collaboration throughout the process supports
the implementation of change.
Professional recommends the creation of a project committee to work with us in this project.
This committee’s role would be to review and critique our findings, conclusions, and
recommendations as they are developed. We would prepare progress reports periodically
throughout the study to report progress to date, problems or obstacles encountered, and
planned project activities over the next several weeks.
3. Describe the methods and timeline of communication your firm will use with the City’s Project
Manager and other parties.
Professional prides itself on its client communication, including email correspondence, virtual
and in-person interviews and meetings, as well as stakeholder presentations. When
communicating with clients, we utilize virtual or in-person interviews and meetings, allowing
us to communicate our questions most effectively, information requests, or provide process
insights. After meetings have occurred Professional will follow-up with emails to key project
team members to provide a written audit trail of requested information, due dates, etc.
4. Include a description of the software and other analysis tools to be used.
Professional primarily use Microsoft Office, ArcGIS, QGIS, and R as analytical tools.
5. Identify what portion of work, if any, may be subcontracted or outsourced to subconsultants.
Include all applicable information herein requested for each Professional.
Professional will not be partnering with any subcontractors on this engagement.
6. How will you ensure compliance with Covid-19 requirements?
Because of COVID-19, Professional understands the City may use non-traditional methods
for the optional interview phase of the assessment process, including, but not limited to
remote interviews through a platform such as Microsoft Teams or Zoom. We support these
approaches and have 3 years of experience utilizing them.
As a result, Professional understands and will comply with Covid-19 requirements as stated in
the City’s RFP including compliance with all state, county, and local laws, ordinances, and
public health orders, ensuring employees with COVID-19 symptoms do not report to the job
site, organizing work to ensure individuals minimize contact and maximize social distancing,
and requiring individuals to wear a mask or cloth face covering consistent with local public
health recommendations and other applicable safety requirements.
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 14 of 18
7. Are other qualified personnel available to assist in meeting the project schedule if required?
Yes. Professional has the resources in-house to meet all elements of this project. If additional
resources are needed, we have personnel with expertise in the evaluation and consultation
related to all city services (public works, parks and recreation, human resources, and public
works), as well as law enforcement, fire and EMS, and emergency communications. We also
have business segments for the analysis of fleet, facilities, and all aspects of financial
services.
8. Provide an organization chart / proposed project team.
Professional’s project team is outlined in the following organizational chart:
Alan Pennington
Project
Aaron Baggarly
Project Manager
/ Lead Analyst
Jen Winter
Senior
Chas Jordan
Analyst
David Branch
Analyst
Joe McDonald
Analyst
Ryan Peterson
GIS Analyst
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 15 of 18
EXHIBIT D
BID SCHEDULE/COMPENSATION
Cost and Work Hours
1. Estimated Hours by Task: Provide estimated hours for each proposed task by job title
and employee name, including the time required for meetings, conference calls, etc.
2. Cost by Task: Provide the cost of each task identified in the Scope of Proposal section.
Provide a total not to exceed cost for the Scope of Proposal. Price all additional
services/deliverables separately.
Professional is proposing to conduct this assessment for a total fixed not-to-exceed price for
professional services for $88,400. Price breakdown by task is presented in the table below.
Task Total Fee
1. Project Kickoff $4,900
2. Current State Assessment $19,800
3. Customer Service Survey $8,400
4. Workload Mapping & Analysis $7,400
5. Comparative Assessment $8,800
6. Organizational and Operational Analysis $15,000
7. Initial Findings Review $9,200
8. Final Report and Implementation Plan $14,900
Total Professional Fees $88,400
Task
Alan
Pennington
Sr VP
Aaron
Baggarly/
Jen Winter
Sr. Mgrs.
Chas
Jordan
/David
Branch
Mgrs.
Joe
McDonald /
Ryan
Peterson
Consultant
Total
Hours
1. Project Kickoff 2 12 8 4 26
2. Current State Assessment 4 48 40 16 108
3. Customer Service Survey 2 16 12 20 50
4. Workload Mapping and Analysis 2 12 8 24 46
5. Comparative Assessment 4 16 8 24 52
6. Organizational, Operational Analysis 8 32 24 16 80
7. Initial Findings Review 2 24 16 8 50
8. Final Report & Implementation Plan 4 40 24 12 80
Total Hours 28 200 140 124 492
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Assessment and Analysis On-Call Consulting Services Page 16 of 18
3. Schedule of Rates: Provide a schedule of billing rates by category of employee and job
title to be used during the term of the Agreement. This fee schedule will be firm for at
least one (1) year from the date of the Agreement. The fee schedule will be used as a basis
for determining fees should additional services be necessary. Include a per meeting rate
in the event additional meetings are needed. A fee schedule for
subconsultants/subcontractors, if used, shall be included.
Professional’s hourly fee rate for all employees is included below. For additional meetings we
assume that each meeting will require two hours (one hour per the meeting, 30 minutes of
preparation, and 30 minutes post meeting debrief and next steps).
Title Hourly Rate Additional Meeting Cost (2 hours)
President $350 $700
Senior Vice President $300 $600
Vice President $250 $500
Senior Manager $200 $400
Manager $175 $350
Senior Consultant $150 $300
Consultant $125 $250
4. All direct costs (i.e., travel, printing, postage, etc.) specifically attributed to the project
and not included in the billing rates must be identified. Reasonable expenses may be
reimbursable as per the current rates found at www.gsa.gov. Professional will be
required to provide original receipts to the City for all travel expenses.
The only direct cost Professional proposes for this engagement is associated with travel cost for
in person interviews, meetings, presentations, etc. Our travel policies align with GSA, except we
general reimburse for direct meal costs, up to the established per diem, versus providing a flat
per diem. Travel expenses generally include employee travel to and from the airport, airport
parking, meals, economy class airfare, rental car and fuel, and hotel. We approximate travel
expenses to be $3,600 for this study.
5. In addition to the Hourly Rates and Cost by Task provided above, provide the Total Cost
Estimate for Work Order #1 found in section II.A and II.B., above.
The total cost estimate for professional fees ($88,400) and direct travel expenses ($3,600) for a
total project cost of $92,000.
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Analysis and Assessment On-Call Consulting Services Page 17 of 18
EXHIBIT E
INSURANCE REQUIREMENTS
The Professional will provide, from insurance companies acceptable to the City, the insurance
coverage designated hereinafter and pay all costs. Before commencing work under this bid, the
Professional shall furnish the City with certificates of insurance showing the type, amount, class
of operations covered, effective dates and date of expiration of policies.
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Professional, 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 Professional under this Agreement.
Insurance certificates should show the certificate holder as follows:
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522
The City, its officers, agents and employees shall be named as additional insureds on the
Professional 's general liability and automobile liability insurance policies by marking the
appropriate box or adding a statement to this effect on the certificate, for any claims arising
out of work performed under this Agreement.
Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Professional shall maintain during the life
of this Agreement for all of the Professional's employees engaged in work performed under
this agreement. Workers' Compensation & Employer’s Liability insurance shall conform with
statutory limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease
each employee, or as required by Colorado law.
B. General Liability. The Professional shall maintain during the life of this Agreement such
General Liability as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise directly or
indirectly from the performance of work under this Agreement. Coverage for property damage
shall be on a "broad form" basis. The amount of insurance for General Liability, shall not be
less than $1,000,000 combined single limits for bodily injury and property damage.
C. Automobile Liability. The Professional shall maintain during the life of this Agreement such
Automobile Liability insurance as will provide coverage for damage claims of personal injury,
including accidental death, as well as for claims for property damage, which may arise directly
or indirectly from the performance of work under this Agreement. Coverage for property
damage shall be on a "broad form" basis. The amount of insurance for Automobile Liability,
shall not be less than $1,000,000 combined single limits for bodily injury and property damage.
D. Errors & Omissions. The Professional shall maintain errors and omissions insurance in the
amount of $1,000,000.
In the event any work is performed by a subcontractor/subconsultant, the Professional shall be
responsible for any liability directly or indirectly arising out of the work performed under this
Agreement by a subcontractor/subconsultant, which liability is not covered by the
subcontractor/subconsultant's insurance.
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Official Purchasing Document
Last updated 1/2023
Professional Services Agreement – Work Order Type
RFP 9740 Organizational Analysis and Assessment On-Call Consulting Services Page 18 of 18
EXHIBIT F
CONFIDENTIALITY
IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to
this Agreement (the “Agreement”), the Professional 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 Professional has agreed to perform, the Professional 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 Professional
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 Professional shall not disclose any such information to any person not having a legitimate
need-to-know for purposes authorized by the City. Further, the Professional 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 Professional 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 Professional 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 Professional ceases to perform services for the City, or the City so requests
for any reason, the Professional 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 Professional understands and agrees that the City’s remedies at law for a breach of the
Professional’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.
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Work Order 1 – 9740 Organizational Analysis and Assessment On-Call Consulting Services Page 1 of 6
WORK ORDER FORM
PURSUANT TO A MASTER AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
MATRIX CONSULTING GROUP LTD.
WORK ORDER NUMBER: 1
PROJECT TITLE: Organizational Analysis of City’s compliance teams in Environmental
Services, Community Development and Neighborhood Services, and
Environmental Regulatory Affairs
ORIGINAL BID/RFP NUMBER & NAME: 9740 Organizational Analysis and Assessment
On-Call Consulting Services
MASTER AGREEMENT EFFECTIVE DATE: April 1, 2023
WORK ORDER COMMENCEMENT DATE: April 1, 2023
WORK ORDER COMPLETION DATE: October 1, 2023
MAXIMUM FEE: (time and reimbursable direct costs): $92,000.00
PROJECT DESCRIPTION/SCOPE OF SERVICES: see attached
Professional agrees to perform the services identified above and on the attached forms in accordance
with the terms and conditions contained herein and in the Master Agreement between the parties. In
the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work
Order (including the attached forms) the Master Agreement shall control.
The attached forms consisting of five (5) pages are hereby accepted and incorporated herein, by this
reference, and Notice to Proceed is hereby given after all parties have signed this document.
PROFESSIONAL: Date:
Aaron Baggarly, Project Manager
ACCEPTANCE: Date:
Kathryne Marko, City Representative
REVIEWED: Date:
Ed Bonnette, Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
3/23/2023
3/27/2023
3/27/2023
3/27/2023
Work Order 1 – 9740 Organizational Analysis and Assessment On-Call Consulting Services Page 2 of 6
Professional’s Response:
This section of our proposal presents an overview of the proposed task plan for assessing the
City’s local compliance teams in Environmental Services, Community Development and
Neighborhood Services, and Environmental Regulatory Affairs. This task plan is similar to our
approach for conducting other organizational assessment for all municipal operations. Each of
the proposed tasks has an associated delivery that will be shared and reviewed by the City’s core
team.
The task plan outlined below expands the tasks outlined in the City’s RFP and includes more
interim deliverables. We do not propose any options outside the request scope of work.
Task 1 Hold a Project Initiation and Develop an Initial Grounding for the Study
Upon execution of the contract the project team will hold a formal project kick-off meeting with the
City’s project core team to discuss the parameters and reason for this study. The intent of this
project kick-off meeting is to confirm the goals and scope of work, finalize the project schedule,
develop an initial understanding of available project data, and develop a stakeholder engagement
strategy. The City’s core team and project manager should be established. At this meeting, we
will also establish regular project check-in meetings.
The deliverables for the project kick-off meeting will be a project contact list, updated project
schedule, identification of first round of staff interviews, preliminary data collection list, and a
revised scope of work if necessary.
Task Deliverable – A project initiation meeting that will confirm the project goals,
schedule, scope of work, a preliminary data collection list, and a stakeholder
engagement strategy.
Task 2 Conduct Staff Interviews and Develop a Current State Assessment.
To properly evaluate regulatory compliance operations and processes, Professional needs to
develop an in-depth understanding of the key issues impacting and shaping service requirements
for the community. To develop this perspective, we will conduct interviews with City management,
appointed/elected officials, regulatory staff (management to line level) from ESD, CDNS, ERA,
and others involved in the regulatory compliance process. We will evaluate current workload data
to understand the current volume and types of work being performed.
Upon completion of these interviews, Professional will develop a detailed description of the
current approach to providing services. Our focus will be on how services are delivered, staffed,
managed, as well as the cost associated with delivery of those services. Also, we will document
key processes and the utilization of technology for primary work tasks. The development of this
detailed description will be based on interviews as well as on the collection of operating information
and data, including the documentation of current operational approaches.
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Work Order 1 – 9740 Organizational Analysis and Assessment On-Call Consulting Services Page 3 of 6
Task Deliverable – A current state assessment summarizing the current staffing
levels, roles, authority levels and workload for ESD, CDNS, and ERA operations.
Task 3 Conduct an Assessment of the Customer and User Experience.
The regulatory compliance components of the three departments are highly engaged with both
internal and external customers. These interactions are through a combination of application
review, permit issuance, and field inspections. In addition to developing an understanding of
staff’s perception, the project team will meet with prior customers of ESD, CDNS, and ERA to
understand their perceptions regarding their past interactions with the City and staff.
To ensure that the project team has a good understanding of the customer’s perspective of
the services provided by the City, Professional will utilize two techniques to obtain input:
• Conduct an online stakeholder survey of recent applicants to obtain the widest possible
input regarding the City’s regulatory compliance operations. This survey will be
distributed electronically to prior customers of the City over the last 3 years and include
questions regarding the efficiency, effectiveness and clarity of current processes and
request input on the current strengths and improvement opportunities for existing
processes and procedures.
• Conduct up to four focus groups with prior customers to elicit more detailed and specific
information regarding the City’s regulatory processes. Each focus group would consist
of individuals who have recently conducted business with the City as well as
representatives from professional trade groups. Professional recommends that at least
some of the focus groups be conducted virtually to provide the greatest flexibility and
opportunity for individuals to participate in this process.
These efforts will be designed to understand the customer’s perceptions of the City’s process,
associated challenges, and strengths of the service environment and to identify those changes
the customers would most like to see implemented to improve service delivery.
Task Deliverable – Summary of customer feedback from the online survey and
focus group meetings identifying key issues related to the regulatory compliance
process.
Task 4 Evaluate Regulatory Compliance Workload to Ensure Equitable Outcomes
for all Community Members.
This task will evaluate historic regulatory compliance workload for ESD, CDNS, and ERA
workload and where activity has taken place in the community. Professional will evaluate the
historic workload to understand the location of investigations completed, where notice of
violations occurs, and enforcement action taken to determine if there is a concentration in
underrepresented areas of the City. This analysis will be completed by department first and
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Work Order 1 – 9740 Organizational Analysis and Assessment On-Call Consulting Services Page 4 of 6
then in aggregate. It is critical to understand where complaints are validated, and the action
taken to determine if there are imbalances of enforcement action in certain communities. Once
the geographic location of noncompliance complaints is mapped, the project team will overlay
with demographic data and analyze. This analysis will identify any inequalities in investigations
and enforcement action by City staff.
Task Deliverable – Analysis of historic workload to determine if compliance
inequalities exist and a gap analysis of current operations through an equity lens.
Task 5 Develop a Comparative Assessment of Regulatory Compliance Operations.
In this task, the project team will conduct an organizational structure, policies, procedures,
processes, workload, and staffing comparative assessment up to six other comparative
entities in Colorado or elsewhere. We would compare the service delivery model,
organizational structure, technology utilization, and other organizational characteristics to
current Fort Collins operations and structure. The comparative survey would provide insight
regarding how the City compares to other municipal organizations and identify areas for further
inquiry for potential modification to enhance efficiency and effectiveness of service delivery
utilization.
Task Deliverable – An evaluation of the City regulatory compliance operations and
organizational structure compared to six comparable jurisdictions and a summary
of issues identified from this assessment.
Task 6 Develop a Diagnostic Assessment of Regulatory Compliance Services,
Training, Processes, Policies, and Organizational Structure.
This task involves an evaluation of work practices, service levels, training, processes, and
adopted policies, procedures, and ordinances for providing regulatory compliance services. This
analysis will provide context for recommended changes. Professional will address these issues
by employing the following approaches:
• Evaluate policies and procedures. Professional will evaluate the various adopted
policies to ensure they appropriately allocate responsibility for services, policies are
consistent between departments, and that policies are being followed and
implemented. The evaluation would include an assessment of the effectiveness of the
current policies to ensure compliance with all adopted policies, procedures, ordinances,
state statues, and directives. We would specifically review the policies and process to
determine potential chokepoints in the various processes. Also, Professional will
review current policies and procedures to ensure consistency in their application and
that roles are clearly defined.
• Analyze current processes to identify improvement opportunities. The project
team will evaluate current workflows and processes, laws, and regulations to identify
issues that are driving any inefficiencies in processes, communication, collaboration,
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Work Order 1 – 9740 Organizational Analysis and Assessment On-Call Consulting Services Page 5 of 6
or other issues that impact the efficiency of the various departmental operations. This
analysis will also include a review of services provided by ESD, CDNS, and ERA to
determine if there is any duplicative work efforts and services.
• Review staff training and identify cross training opportunities. In this subtask the
project team will review historic and current staff training programs, certifications, and
skill set to determine if there are cross training opportunities. Where appropriate the
analysis will identify cross training opportunities to improve operational efficiencies and
improved customer service levels.
• Assess how regulatory compliance functions are organized. The project team will
evaluate the overall plan of organization for ESD, CDNS, and ERA. We will utilize a
number of principles in the evaluation of organizational structure including:
- Does the approach to organizing development foster accountability?
- Are spans of control too broad or too limited, are they consistent?
- Does the current organizational structure provide adequate communication
and coordination and enhance shared knowledge?
- Do the plans of organization enable staff to provide better service to the public
in terms of investigations, follow-up, and enforcement action?
Each of these subtasks will be completed in the context of prevailing industry practices and to
meet the unique operating environment of Fort Collins. The result of this task will be a
comprehensive assessment, findings, and recommendations to improve structure, technology
utilization, policies, and processes.
Task Deliverable – A diagnostic assessment of current technology systems,
policies, processes, training, and organizational structure for regulatory
compliance operations.
Task 7 Develop Initial Findings and Recommendations and Discuss With Key
Internal Stakeholders.
Upon the conclusion of Tasks 2 – 5, the Professional’s project team will develop a preliminary
assessment of key findings and recommendations. This preliminary assessment will
synthesize the findings from the current state assessment, comparative analysis, customer
service/stakeholder feedback, and workload analysis into a single document that include initial
recommendations. This preliminary assessment will be shared with the City’s core project
team for their review.
The Professional’s project team will facilitate a review workshop with the City’s core team and
other key staff to review the preliminary assessment. The review workshops will focus on
discussion of the preliminary findings and recommendations, obtaining staff’s feedback, and
feasibility determination of the recommendations.
The Professional’s project team will summarize the feedback received in a memo and share
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
Work Order 1 – 9740 Organizational Analysis and Assessment On-Call Consulting Services Page 6 of 6
with the City’s project core team. A subsequent discussion will be held with the project core
team and additional comments will be incorporated before finalizing the findings and
recommendations.
Task Deliverable – A preliminary analysis that includes key findings and
recommendations and a memo outlining the feedback received from internal
stakeholders and the project core team on items of consideration to tailor the
recommendations to the City’s unique requirements.
Task 8 Develop Final Recommendations and an Implementation Plan.
Upon finalization of the feedback in the previous task, the project team will modify the draft
recommendations and finalize the analysis and recommendations.
For this study to be successful, it is important to develop a realistic implementation plan that
is prioritized and includes actionable items with adoption time frames for each
recommendation. The Professional’s project team will work with the City’s project core team
to review and prioritize the recommendations to assist in the development of the
implementation plan. Also, both the Professional and City’s teams will collaborate to develop
timelines for implementation and assign either a short-, mid-, and long-term timeframe. For
each recommendation, the responsible party for implementation will be identified. This may
include staff, city management, and/or elected officials depending on the recommendation.
Each recommendation will also include the fiscal impact associated with implementation.
Additionally, the project team will present the final recommendations and implementation plan
to staff, City management, and/or elected officials.
Task Deliverable – Develop an implementation plan that assigns a priority level,
fiscal impact, identifies responsible party, and a timeline for implementation. The
implementation plan will be incorporated into a final report document.
Provide an outline of the schedule for completing tasks.
Professional proposes to conduct this study over a six-month period as shown in the following
schedule:
Task April May June July Aug Sept
1. Project Kickoff
2. Current State Assessment
3. Customer Service Survey
4. Workload Mapping and Analysis
5. Comparative Assessment
6. Organizational and Operational Analysis
7. Initial Findings Review
8. Final Report & Implementation Plan
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
INSR ADDLSUBR
LTR INSR WVD
DATE (MM/DD/YYYY)
PRODUCER CONTACTNAME:
FAXPHONE
(A/C, No):(A/C, No, Ext):
E-MAIL
ADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY)
COMMERCIAL GENERAL LIABILITY
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
INSURER(S) AFFORDING COVERAGE NAIC #
Y / N
N / A
(Mandatory in NH)
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
EACH OCCURRENCE $
DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG $
$
PRO-
OTHER:
LOCJECT
COMBINED SINGLE LIMIT
$(Ea accident)
BODILY INJURY (Per person) $ANY AUTO
OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS
AUTOS ONLY
HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident)
$
OCCUR EACH OCCURRENCE $
CLAIMS-MADE AGGREGATE $
DED RETENTION $
$
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT $
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below
POLICY
NON-OWNED
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03)
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
Sentinel Insurance Company Ltd.
Hartford - WC Multiple Issuing Cos
Twin City Fire Insurance Company
3/17/2023
USI Insurance Services, LLC
2375 E. Camelback Road, Suite 250
Phoenix, AZ 85016
877 468-6516
Christine Torrance
602 666-4830 610 537-2283
christine.torrance@usi.com
Matrix Consulting Group, Ltd
1650 S Amphlett Blvd, Ste 213
San Mateo, CA 94402-1234
11000
00914
29459
A X
X
X
59SBARO0849 08/08/2022 08/08/2023 2,000,000
1,000,000
10,000
2,000,000
4,000,000
4,000,000
A
X X
59SBARO0849 08/08/2022 08/08/2023 2,000,000
A X X
X 10,000
59SBARO0849 08/08/2022 08/08/2023 3,000,000
3,000,000
B
Y
59WECAB6S04 08/08/2022 08/08/2023 X
1,000,000
1,000,000
1,000,000
C Professional Liab 59PG0297372 08/08/2022 08/08/2023 $2,000,000/$3,000,000
$10,000 ded/each claim
General Liability, including completed operations, and Auto Liability include an automatic Additional
Insured endorsement that provides Additional Insured status to the Certificate Holder, only when there is a
written contract or written agreement between the named insured and the certificate holder and with regard
to work performed by or on behalf of the named insured. General Liability, Auto Liability and Workers
Compensation provide a blanket Waiver of Subrogation in favor of the same, when required by written
(See Attached Descriptions)
City of Fort Collins
PO Box 580
Fort Collins, CO 80522
1 of 2
#S39420808/M36888065
MATRICON2Client#: 1635640
GEKZP
1 of 2
#S39420808/M36888065
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C
SAGITTA 25.3 (2016/03)
DESCRIPTIONS (Continued from Page 1)
contract. General Liability and Auto Liability contain a special endorsement with "Primary and Non-
contributory" wording, when required by written contract. This form is subject to any/all respective policy
provisions.
City of Fort Collins is included as an Additional Insured with respect to General Liability and Auto
Liability as Required by written contract.
2 of 2
#S39420808/M36888065
DocuSign Envelope ID: 42743BDF-9CCF-4B45-9E77-211A670FC19C