HomeMy WebLinkAboutRFP - 10195 Organizational Design and Implementation Services for City Utilities and IT IntegrationRFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 1 of 16
REQUEST FOR PROPOSAL
10195 ORGANIZATIONAL DESIGN AND IMPLEMENTATION SERVICES FOR CITY
UTILITIES AND IT INTEGRATION
RFP DUE: 3:00 PM MT (Mountain Time), August 6, 2025
The City of Fort Collins (City) is requesting proposals from qualified Professionals to provide
consulting services for City Utilities and IT organizational design and implementation.
Rocky Mountain E-Purchasing System hosted by BidNet
As part of the City’s commitment to sustainability, proposals must be submitted online through
the Rocky Mountain E-Purchasing System (RMEPS) at http://www.bidnetdirect.com/colorado/city-
of-fort-collins. Note: please ensure adequate time to submit proposals through RMEPS. Proposals
not submitted by the designated Opening Date and Time will not be accepted by RMEPS.
A copy of the RFP may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
All questions should be submitted, in writing via email, to JD McCune, Senior Buyer at
jmccune@fcgov.com no later than 3:00 PM MT on July 23, 2025. Please format your e-mail
to include: RFP 10195 Organizational Design and Implementation Services for City Utilities and
IT Integration in the subject line. Questions received after this deadline may not be answered.
Responses to all questions submitted before the deadline will be addressed in an addendum and
posted on the Rocky Mountain E-Purchasing System webpage.
Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the
provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-
4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract
entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded
full and fair opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of
gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age
40 years or older, marital status, disability, sexual orientation, genetic information, or other
characteristics protected by law. For the purpose of this policy “sexual orientation” means a
person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality.
The City also strictly prohibits unlawful harassment in the workplace, including sexual
harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages
in protected activity. Protected activity includes an employee complaining that he or she has been
discriminated against in violation of the above policy or participating in an employment
discrimination proceeding.
The City requires its Professionals to comply with the City’s policy for equal employment
opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement
applies to all third-party Professionals and their subcontractors/subconsultants at every tier.
Public Viewing Copy: The City is a governmental entity subject to the Colorado Open Records
Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to
Financial Services
Purchasing Division
nd Floor
970.221.6775
fcgov.com/purchasing
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 2 of 16
public disclosure by the City pursuant to CORA and City ordinances. Professionals may submit
one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this version of
the proposal, Professionals may redact text and/or data that it deems confidential or proprietary
pursuant to CORA. All pricing will be considered public records subject to disclosure under CORA
and as such pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the
proposal. Failure to provide a public viewing copy will be considered a waiver of any claim of
confidentiality under CORA without regard to how the applicant’s proposal or certain pages of the
proposal are marked confidential, proprietary, or similar. Such statement does not necessarily
exempt such documentation from public disclosure if required by CORA, by order of a court of
appropriate jurisdiction, or other applicable law. Generally, under CORA, trade secrets,
confidential commercial information and financial data information may not be disclosed by the
City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. By responding
to this RFP, Professionals hereby waives any and all claims for damages against the City for the
City’s good faith compliance with CORA. All provisions and pricing of any contract resulting
from this request for proposal will be public information.
Professionals Registration: The City requires new Professionals receiving awards from the City
to submit IRS form W-9 and requires all Professionals to accept Direct Deposit (Electronic)
payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be
found on the City’s Purchasing website at www.fcgov.com/purchasing under Vendor Reference
Documents. Please do not submit these documents with your proposal, however, if you take
exception to participating in Direct Deposit (Electronic) payments please clearly note such in your
proposal as an exception. The City may waive the requirement to participate in Direct Deposit
(Electronic) payments at its sole discretion.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall
have a financial interest in the sale to the City of any real or personal property, equipment,
material, supplies or services where such officer or employee exercises directly or indirectly any
decision-making authority concerning such sale or any supervisory authority over the services to
be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
Collusive or Sham Proposals: Any proposal deemed to be collusive or a sham proposal will be
rejected and reported to authorities as such. Your authorized signature of this proposal assures
that such proposal is genuine and is not a collusive or sham proposal.
The City of Fort Collins reserves the right to reject any and all proposals and to waive any
irregularities or informalities.
Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow
other state and local governmental agencies, political subdivisions, and/or school districts to
utilize the resulting award under all terms and conditions specified and upon agreement by all
parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in
the current term or in any future terms.
The selected Professional shall be required to sign the City’s Agreement prior to commencing
services (see sample attached to this document).
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 3 of 16
Sincerely,
Gerry Paul
Purchasing Director
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 4 of 16
I. OBJECTIVE & BACKGROUND
A. Objective
The City of Fort Collins (City) is requesting proposals from qualified Professionals to
assess the City’s current Information Technology (IT) / Operations Technology (OT)
management structure and to recommend the optimal structure for a City Utilities IT/OT
team, followed by leading the implementation of the new organizational framework.
B. Background
The City of Fort Collins is located 65 miles north of Denver in Larimer County, between
the Rocky Mountain foothills and the Eastern Plains of Colorado and along the Cache la
Poudre River. The fourth-largest city in Colorado, Fort Collins covers over 57 square
miles and has a population of approximately 172,300.
• The City of Fort Collins Light & Power division serves over 79,000 customers
(more than 70,000 residential and 8,600 commercial). The system is operating
approximately 2,000 miles of primary conductor cable, 12,000 municipal
streetlights, 650 floodlights, 8,600 transformers, 10 electric vehicle charging
stations, and 7 substations.
• The City of Fort Collins OneWater utility manages an integrated system of
drinking water, wastewater, and stormwater infrastructure.
• The drinking water distribution system consists of approximately 550 miles of
treated water mains, serving over 35,000 homes and businesses.
• The City operates and maintains two wastewater treatment facilities within
the City’s service area, for a total treatment capacity of up to 29 MGD.
• The City operates one water treatment facility, which has a treatment
capacity of up to 87 MGD.
• Wastewater collection consists of approximately 450 miles of pipe and
stormwater collection has approximately 244 miles.
• The water, wastewater and stormwater utilities do not have aligned service
territories.
• Fort Collins Connexion is a community owned and municipally operated
broadband provider that offers fiber internet, TV, and phone services to residents
and businesses. It currently serves over 20,000 customers. The service is
delivered through its own underground fiber network, which is built, maintained,
and operated by the City.
The City is facing a range of challenges, including increasing customer demand, aging
critical assets, expanding operational technologies, the convergence of Operational
Technology (OT) and Information Technology (IT), and evolving cyber risks. To
effectively address these issues and support both current and future projects, we require
industry expertise and experience, especially given our limited in-house capacity to plan
and manage major initiatives.
In March 2025, a City Utilities Technology Roadmap, a high-level plan outlining strategic
technology projects, was completed. This roadmap was developed to align with the
City’s broader strategic initiatives, including the Our Climate Future plan, which targets
100% renewable energy generation by 2030 and emphasizes operational excellence,
resilience, and community engagement.
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 5 of 16
With the roadmap completed, the City now seeks to implement an organizational
framework and supporting processes that will enable the successful execution of
upcoming projects. Establishing a robust governance framework is essential to ensure
alignment with strategic objectives, optimize resource allocation, and manage
projects. This next phase will focus on institutionalizing best practices, fostering cross-
departmental collaboration, and building the internal capacity necessary to effectively
deliver projects on the City Utilities Technology Roadmap.
(Remainder of Page Left Intentionally Blank)
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 6 of 16
II. SCOPE OF PROPOSAL
A. Scope of Work
The Scope of Work includes the work outlined in (1) and (2) below, (3) is outside the
preliminary scope/cost, but Professionals are required to provide this information to
demonstrate their ability to effectively support the implementation of roadmap projects in
the future.
The City anticipates that the scope of work outlined in sections (1) and (2) of this RFP
can be completed within a 90-day engagement period. Professionals are expected to
structure their project plans and resource allocations accordingly to meet this timeline. If
the Professional believes that a 90-day timeframe is not feasible, they must provide clear
and detailed justification.
1) Organizational Structure Assessment and Optimization for City Utilities IT/OT
Delivery
A. Assemble and assess the current organizational structure and processes
taking into account proposed projects and programs related to the delivery
and maintenance of City Utilities IT/OT systems. This includes not only City
Utilities IT/OT but also groups outside City Utilities such as Transformation
Management Office (TMO), IT, Enterprise PMO (EPMO).
Deliverable 1: Current State Assessment Report
B. Using industry best practices for implementing and managing City Utilities’ IT
and OT systems, propose future City Utilities organization structures which
reduce duplication and leverage shared services. Documenting all shared
services opportunities and providing rationale where shared services are not
recommended.
C. Down select / get buy-in on one structure.
D. Identify current resources as well as gaps in resources to implement
structure.
Deliverable 2: Target Organization Report
2) Operationalization of City Utilities IT/OT organization structure
A. Define & document:
• Roles (ex: product owners, technical lead, data analyst/steward….)
• Responsibilities
• Project intake process
• Guidelines for interdepartmental coordination (IT, TMO, EPMO)
• Project status reporting (risk and issue management)
• Metrics definition and alignment process
• Application lifecycle mapping
B. Phased steps to implement and monitor the implementation of the target
organization
C. Provide guidance & best practices for identifying, categorizing, and mapping
business capabilities.
Deliverable3: Framework Implementation Roadmap
3) As-needed support to augment City Resources and Implementation Services
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 7 of 16
A. Augment the City’s in-house resources as needed to set-up and implement
organizational changes and governance.
B. Augment City’s in-house resources in detailing and implementing the
Technology Roadmap governance & delivery process.
C. Augment City’s in-house resources in defining and implementing analytics.
D. Augment City’s in-house resources for City Utilities program management.
E. Augment City’s in-house resources depending on project demands, resource
gaps or specialized requirements.
F. Augment City’s in-house resources for risk management and change
management.
G. Augment City’s in-house resources for quality assurance.
B. Deliverables
Deliverable 1: Current State Assessment Report
Deliverable2: Target Organization Report
• Report outlining the recommended organizational structure(s).
• Organizational charts.
• Staffing plans.
• Resource and capacity plan (includes, but is not limited to resourcing gap
analysis, recommendations for resource allocation and capacity building).
• Job descriptions for any new roles.
Deliverable3: Framework Implementation Roadmap
• Phased transition plan to get to new organizational structure(s).
• Definition of success metrics and milestones for the implementation of the plan.
• Documented governance model including defined roles & responsibilities.
• Decision making responsibilities (RACI).
• Project processes/guidelines (includes, but is not limited to: intake process,
interdepartmental coordination process).
• Documented templates, tools, guidelines and best practices for project planning,
execution, monitoring, and reporting.
• Business Capability Model template.
• Lessons learned.
• Knowledge transfer plan.
C. Minimum Qualifications
Professionals must have reputable and applicable utility consulting experience and can
provide three recent references of similar scale. Proposed lead consultant must have
proven organization design expertise and team must include a certified change
management lead.
D. Anticipated Schedule
The following represents the City’s target schedule for the RFP. The City reserves the
right to amend the target schedule at any time.
• RFP issuance: July 14, 2025
• Question deadline: 3:00 PM MT on July 23, 2025
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 8 of 16
• Final Addendum Issued: July 28, 2025
• Proposal due date: 3:00 PM MT on August 6, 2025
• Interviews (tentative): Week of August 18th
E. Interviews
In addition to submitting a written proposal, the top-rated Professionals may be
interviewed by the RFP assessment team and asked to participate in an oral presentation
to provide an overview of the company, approach to the project and to address questions.
The evaluation criteria for the oral interviews will be the same as the criteria for the written
evaluations and is included in Section IV.
F. Travel & Expenses
Subject to the terms of the applicable Work Order, reasonable expenses may be
reimbursable per the current rates found at www.gsa.gov. Professional will be required to
provide original receipts to the City for all travel expenses.
G. Subcontractors/Subconsultants
Professional will be responsible for identifying any subcontractors and/or subconsultants
in their proposal. Please note that the City will contract solely with the awarded
Professional; therefore, subcontractors and/or subconsultants will be the responsibility of
the Professional.
H. Current standards
All work and/or materials must meet current standards in force by recognized technical
and professional societies, trade and materials supply associations, institutes and
organizations, bureaus and testing laboratories, and national, federal, state, county, and
local laws, codes and ordinances.
I. Fees, Licenses, Permits
The successful Professional shall be responsible for obtaining any necessary licenses,
fees or permits without additional expense to the City. All vehicles and equipment shall be
properly licensed and insured, carry the appropriate permits and be placarded as required
by law.
J. Laws and Regulations
The Professional agrees to comply fully with all applicable local, State of Colorado and
Federal laws and regulations and municipal ordinances to include American Disabilities
Act (ADA).
K. Invoicing and Payment
Invoices should be emailed monthly to invoices@fcgov.com with a copy to the Project
Manager. The cost of the work completed shall be paid to the Professional each month
following the submittal of a correct invoice by the Professional indicating the project name,
Purchase Order number, task description, hours worked, personnel/work type category,
hourly rate for each employee/work type category, date of the work performed specific to
the task, percentage of that work that has been completed by task, 3rd party supporting
documentation with the same detail and a brief progress report.
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 9 of 16
Payments will be made using the prices stated in the Work Order and Agreement. In the
event a service is requested which is not stated in the Work Order and/or Agreement, the
Professional and the City will negotiate an appropriate unit price for the service prior to the
Professional initiating such work.
The City pays invoices on Net 30 terms.
(Remainder of Page Left Intentionally Blank)
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 10 of 16
III. PROPOSAL SUBMITTAL
Please limit the total length of your proposal to a maximum of thirty (30) 8 ½ x 11” pages
(excluding cover pages, table of contents, dividers, resumes and Acknowledgement form).
Font shall be a minimum of 10 Arial and margins are limited to no less than .5” for sides and
top/bottom. Extended page sizes, such as 11” x 17”, count as a single page and may be used
for detailed pricing. Links to other files or websites shall not be permitted. Proposals that do
not conform to these requirements may be rejected.
Professionals are required to provide detailed written responses to the following items in the
order outlined below. The responses shall be considered technical offers of what
Professionals propose to provide and shall be incorporated in the contract award as deemed
appropriate by the City. A proposal that does not include all the information required may be
deemed non-responsive and subject to rejection.
Responses must include all the items in the order listed below. It is suggested that the
Professionals include each of the City’s questions with their response.
The City shall not reimburse any firm for costs incurred in the preparation and presentation of
their proposal.
A. Cover Letter / Executive Summary
The Executive Summary should highlight the content of the proposal and features of the
program offered, including a general description of the program and any unique aspects
or benefits provided by your firm.
Indicate your availability to participate in the interviews/demonstrations on the proposed
dates as stated in the Schedule section.
B. Professional Information
1. Describe the Professional’s business and background
2. Number of years in business and number of years of completing similar engagements.
3. Details about ownership
4. An overview of services offered and qualifications
5. Size of the firm
6. Location(s) of offices. If multiple, please identify which will be the primary for our
account.
7. Primary contact information for the company including contact name(s) and title(s),
mailing address(s), phone number(s), and email address(s).
8. List all litigation, mediation, arbitration, or alternative dispute resolution cases involving
the firm, subsidiaries, or parent company within the last five (5) years.
C. Scope of Proposal
1. Provide a detailed narrative of the services proposed if awarded the contract per the
scope above. The narrative should include any options that may be beneficial for the
City to consider.
2. Describe how the project would be managed and who would have primary
responsibility for its timely and professional completion.
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 11 of 16
3. Briefly describe the approach to execute the scope of work to include the methods and
assumptions used, and any exceptions and/or risks.
4. Describe the methods and timeline of communication your firm will use with the City’s
Project Manager and other parties.
5. Identify what portion of work, if any, may be subcontracted or outsourced to
subconsultants. Include all applicable information herein requested for each
Professional.
6. Provide a high-level schedule with major milestones and duration of each.
7. Are other-qualified personnel available to assist in meeting the project schedule if
required?
8. Is the project team available to attend meetings as required by the Scope of Work?
9. Provide a narrative on the firm’s ability to support the need to augment City resources
for implementing individual roadmap projects, scope item (3).
D. Firm Capability and Assigned Personnel
Provide relevant information regarding previous experience related to this or similar
projects, to include the following:
1. Provide an Organization Chart/Proposed Project Team: An organization chart
containing the names of all key personnel and subconsultants with titles and their
specific task assignment for this Agreement shall be provided in this section.
2. Provide resumes for each Professional and technical person to be assigned to the
project, including partners, subconsultants, and subcontractors. Please limit resumes
to one page. List and highlight experience in the areas detailed in the Scope of Work.
3. A list of qualifications for your firm.
4. References. Provide a minimum of three (3) municipal agencies that the Professional
has done work for recently of similar scale. Include the owner’s name, title of project,
a brief description of the project, a narrative explaining how it meets the RFP’s
qualifications, contact name, email and phone number, subconsultants on the team
and a brief description of the work and any change orders. The Professional
authorizes the City to verify all information contained herein and hereby releases all
those concerned providing information as a reference from any liability in connection
with any information provided.
5. Please outline your firm’s current workload to show the ability and capacity to perform
the Scope of Work outlined above.
6. Professional must confirm their ability and commitment to provide key personnel onsite
for project kick-off and any other in-person activities necessary to fulfill the scope of
work. Professional must indicate if these resources will require the City to reimburse
their travel expenses.
7. Provide any information that distinguishes Professional from its competition and any
additional information applicable to this RFP that might be valuable in assessing
Professional’s proposal.
E. Sustainability/TBL Methodology
In concise terms (no more than two pages), please describe your organization’s
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 12 of 16
commitment to sustainability and supporting values.
Each element of the TBL sustainability criteria will receive equal consideration in
determining the final Sustainability/TBL score.
1. Address how your firm strives to incorporate all three aspects (social,
environmental, and economic) of Triple Bottom Line (TBL) sustainable practices
into the workplace. Provide examples along with any metrics used to measure
success within your firm.
2. Also provide examples of how your firm has incorporated all three aspects of TBL
sustainable practices in previous similar projects on which your firm has been the
prime Professional.
Some examples are provided below:
a. Environmental – Experience delivering projects / programs focused on
environmental health priorities in the areas of climate resiliency, water quality
and watershed protection, regulatory performance, management systems,
air quality, renewable energy, sustainable building and design, construction
materials management, and solid waste reduction.
b. Economic – Experience working and delivering projects with an emphasis
on strategic financial planning, job creation, business development, asset
management, various project delivery methods, value engineering, regional
partnerships, transparency, stakeholder engagement, strategic investments,
aging infrastructure, repurposing of existing facilities, and competing
financial priorities.
c. Social - Experience working and delivering projects, programs, and/or
initiatives that support Equity, Diversity, and Inclusion throughout your firm’s
workplace, including leadership, and supply chain. Examples of this may be
demonstration of working within cultural and language gaps, development of
diversity programs, diverse project teams, equitable opportunity vendor
supply chain, and how your firm has applied an equity lens to processes
such as recruitment, hiring, purchasing, career pathways, salaries, and staff
engagement.
F. Cost and Work Hours
In your response to this proposal, please provide the following for scope Items #1 & #2:
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.
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.
4. All direct costs (i.e., travel, printing, postage, etc.) specifically attributed to the project
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 13 of 16
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.
5. For scope item #3, as-needed support to augment City’s resources, provide hourly
rates for the various roles listed if not included in the Schedule of Rates above.
G. Sample Agreement
Included with this request for proposal is a sample Agreement that the City intends to use
for obtaining the services of the Professional, see Section VI. Sample Agreement. The
Professional is required to review this Agreement and indicate any objections to the terms
of the contract. If revisions to the contractual terms are requested, provide suggested
revisions.
H. Acknowledgement
The Acknowledgement form is attached as Section V. Complete the attached form
indicating the Professional hereby acknowledges receipt of the City of Fort Collins
Request for Proposal and acknowledges that the Professional has read and agrees to be
fully bound by all of the terms, conditions and other provisions set forth in the RFP.
(Remainder of Page Left Intentionally Blank)
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 14 of 16
IV. REVIEW AND ASSESSMENT CRITERIA
Proposal and Interview Criteria
Professionals will be evaluated on the following criteria. This set of criteria will be the
basis for review and assessment of the written proposals and optional interview session.
At the discretion of the City, interviews of the top-rated Professionals may be conducted.
The rating scale shall be from 1 to 10, a rating of 1 doesn’t meet minimum requirements,
a rating of 5 means the category fulfills the minimum requirements, and 10 exceeds
minimum requirements in that category.
NUMBER
(Remainder of Page Left Intentionally Blank)
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 15 of 16
V. ACKNOWLEDGEMENT
This form may not be redlined and must be submitted with your proposal. Failure to adhere
to these requirements may result in your proposal being rejected.
Professional hereby acknowledges receipt of the City of Fort Collins Request for Proposal and
acknowledges that it has read and agrees to be fully bound by all of the terms, conditions and
other provisions set forth in the RFP 10195 Organizational Design and Implementation
Services for City Utilities and IT Integration and sample Agreement except as otherwise noted.
Additionally, Professional hereby makes the following representations to City:
a. All of the statements and representations made in this proposal are true to the best of the
Professional’s knowledge and belief.
b. Professional commits that it is able to meet the terms provided in this proposal.
c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof.
d. Professional further agrees that the method of award is acceptable.
e. Professional also agrees to complete the proposed Agreement with the City of Fort Collins
within 10 days of notice of award. If contract is not completed and signed within 10 days,
City reserves the right to cancel and award to the next highest rated firm.
f. Professional acknowledges receipt of addenda.
g. Professional acknowledges no conflict of interest.
h. Professional acknowledges that the City is a governmental entity subject to the Colorado
Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted
hereunder are subject to public disclosure by the City pursuant to CORA and City
ordinances. Professionals may submit one (1) additional complete proposal clearly
marked “FOR PUBLIC VIEWING.” In this version of the proposal, Professionals may
redact text and/or data that it deems confidential or proprietary pursuant to CORA. All
pricing will be considered public records subject to disclosure under CORA and as such
pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the proposal.
Failure to provide a public viewing copy will be considered a waiver of any claim of
confidentiality under CORA without regard to how the applicant’s proposal or certain
pages of the proposal are marked confidential, proprietary, or similar. Such statement
does not necessarily exempt such documentation from public disclosure if required by
CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally,
under CORA, trade secrets, confidential commercial information and financial data
information may not be disclosed by the City. Proposals may not be marked “Confidential”
or ‘Proprietary’ in their entirety. By responding to this RFP, Professionals hereby waives
any and all claims for damages against the City for the City’s good faith compliance with
CORA. All provisions and pricing of any contract resulting from this request for
proposal will be public information.
Legal Firm Name:
Physical Address:
Remit to Address:
RFP 10195 Organizational Design and Implementation Services for City Utilities and IT Integration
Page 16 of 16
Phone:
Name of Authorized Agent of Firm:
Signature of Authorized Agent:
Primary Contact for Project:
Title: Email Address:
Phone: Cell Phone:
NOTE: ACKNOWLEDGMENT IS TO BE SIGNED & RETURNED WITH YOUR PROPOSAL.
(Remainder of Page Left Intentionally Blank)
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 1 of 16
VI. SAMPLE AGREEMENT (FOR REVIEW ONLY – DO NOT SIGN )
PROFESSIONAL SERVICES AGREEMENT
This Professional Services Agreement (Agreement) made and entered into the day and
year set forth in the Agreement Period section below by and between the CITY OF FORT
COLLINS, COLORADO, a Colorado Municipal Corporation (City) and , a(n) [enter state]
[business type] (Professional).
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scope of Service. The Professional agrees to provide Services in accordance with the
Scope of Services (Services) attached as Exhibit A, consisting of [# of Pages] and
incorporated herein. Irrespective of references in to named third parties in this Agreement
and its Exhibits, the Professional shall be solely responsible for performance of all duties
hereunder.
2. Project Schedule. The Services to be performed pursuant to this Agreement shall be
performed in accordance with the Project Schedule attached hereto as Exhibit [choose one],
consisting of [# of Pages], and incorporated herein.
3. Changes. The City may, at any time during the term of the Agreement, make changes to
the Agreement. Such changes shall be agreed upon in writing by the parties.
4. Agreement Period. Agreement shall commence , 20(Year) (the Effective Date) and
shall continue in full force and effect until , 20(Year), unless sooner terminated as
herein provided. In addition, at the option of the City, the Agreement may be extended for
additional one-year periods not to exceed [choose one] additional one-year period(s).
Renewals and pricing changes shall be negotiated by and agreed to by both parties only at
the time of renewal. Written notice of renewal shall be provided to the Professional no later
than thirty (30) days prior to Agreement end.
5. Early Termination by City. Notwithstanding the time periods contained herein, the City may
terminate this Agreement at any time without cause or penalty by providing at least ten (10)
calendar days written notice of termination to the Professional.
In the event of early termination by the City, the Professional shall be paid for Services
rendered up to the date of termination, subject to the satisfactory performance of the
Professional 's obligations under this Agreement. Professional shall submit a final invoice
within ten (10) calendar days of the effective date of termination. Payment shall be the
Professional's sole right and remedy for termination.
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 2 of 16
6. Notices. All notices provided under this Agreement shall be effective immediately when
emailed or three (3) business days from the date of the notice when mailed to the following
addresses:
Professional: City: Copy to:
Attn:
PO Box 580
Fort Collins, CO 80522
Email Address
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
purchasing@fcgov.com
All notices under this Agreement shall be written.
7. Compensation. In consideration of the Services to be performed pursuant to this
Agreement, the City agrees to pay the Professional [a fixed fee in the amount of ????
($????) plus reimbursable direct costs. All such fees and costs shall not exceed ????
($????)] in accordance with Exhibit [choose one], consisting of [# of Pages], attached and
incorporated herein. 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 Professional's City-verified progress in completing the Services to be
performed pursuant hereto and upon the City's approval of the Professional's actual
reimbursable expenses. Final payment shall be made following acceptance of the Services
by the City.
Invoices shall be emailed to invoices@fcgov.com with a copy to the City Project Manager.
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 undisputed invoices on Net 30 days from the date of the invoice submittal to
the City or, for disputed invoices, Net 30 days from the date of City Project Manager’s
approval.
8. Design and Service Standards. The Professional warrants and shall be responsible for the
professional quality, technical accuracy, accessibility requirements under ADA and Public
Accommodations and Technology Accessibility sections below, timely completion and the
coordination of all Services rendered by the Professional, and the Project Instruments as
defined in the Project Instruments and License section below. The Professional shall,
without additional compensation, promptly remedy and correct any errors, omissions, or
other deficiencies from such standards.
9. Indemnification. The Professional shall indemnify, defend, and hold harmless the City and
its officers and employees, to the maximum extent permitted under Colorado law, against
and from any and all actions, suits, claims, demands, or liability of any character whatsoever
claimed by the Professional or third parties against the City arising out of or related to this
Agreement (including but not limited to contract, tort, intellectual property, accessibility, or
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 3 of 16
otherwise). This obligation extends to reimbursement of the City's defense costs and
reasonable attorney’s fees.
10. Insurance. The Professional shall maintain insurance in accordance with Exhibit [choose
one], consisting of [# of Pages], attached and incorporated herein.
11. Appropriation. To the extent this Agreement or any provision in it. requires payment of any
nature in fiscal years subsequent to the current fiscal year and constitutes a multiple fiscal
year debt or financial obligation of the City, it shall be subject to annual appropriation by Fort
Collins City Council as required in Article V, Section 8(b) of the City Charter, City Code
Section 8-186, and Article X, Section 20 of the Colorado Constitution. The City shall have
no obligation to continue this Agreement in any fiscal year for which there are no pledged
cash reserves or supporting appropriations pledged irrevocably for purposes of payment
obligations herein. Non-appropriation by the City shall not be construed as a breach of this
Agreement.
12. Project Instruments and License.
a. Upon execution of this Agreement, the Professional grants to the City an irrevocable,
unlimited and royalty free license to use any and all sketches, drawings, as-builts,
specifications, designs, blueprints, data files, calculations, studies, analysis, renderings,
models, plans, reports, and other deliverables (Project Instruments), in any form
whatsoever and in any medium expressed, for purposes of constructing, using,
maintaining, altering and adding to the project, provided that the City substantially
performs its obligations under the Agreement. The license granted hereunder permits
the City and third parties reasonably authorized by the City to reproduce applicable
portions of the Project Instruments for use in performing the Services or construction for
the project. In addition, the license granted hereunder shall permit the City and third
parties reasonably authorized by the City to reproduce and use the Project Instruments
for similar projects, provided however, in such event the Professional shall not be held
responsible for the design to the extent the City deviates from the Project
Instruments. This license shall survive termination of the Agreement by default or
otherwise.
b. Upon payment of each invoice, associated Project Instruments rendered by the
Professional shall become the City’s property. The Professional shall provide the City
with the Project Instruments in electronic format in a mutually agreed upon file type.
13. City Project Manager. The City will designate, before commencement of the Services, the
City Project Manager who shall make, within the scope of their authority, all necessary and
proper decisions with reference to the Services provided under this Agreement. All requests
for contract interpretations, change order, and other clarification or instruction shall be
directed to the City Project Manager.
The initial City Project Manager for this Agreement is [Enter Name] and can be reached at
[Enter Email] or [Enter Phone]. The City Project Manager is subject to change by the City.
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 4 of 16
14. Project Status Report. Project status reports may be required by Exhibit A – Scope of
Services and shall be submitted to the City Project Manager. Failure to provide any
required status report may result in the suspension of the processing of any invoice.
15. Independent Contractor. The Services to be performed by the Professional are those of an
independent contractor and not of an employee of the City. The City shall not be responsible
for withholding or remitting any portion of the Professional 's compensation hereunder or
any other amounts on behalf of Professional for the payment of FICA, Workers'
Compensation, unemployment insurance, other taxes or benefits or for any other purpose.
16. Personal Services. It is understood that the City enters into this Agreement based on the
special abilities of the Professional and that this Agreement shall be considered as an
Agreement for personal services. Accordingly, the Professional shall neither assign any
responsibilities nor delegate any duties arising under this Agreement without the prior
written consent of the City.
17. Subcontractors/Subconsultants. The Professional may not subcontract any of the Services
without the prior written consent of the City, which shall not be unreasonably withheld. If
any of the Services is subcontracted hereunder, with the consent of the City, then the
following provisions shall apply:
a. the subcontractor must be a reputable, qualified firm with an established record of
successful performance in its respective trade performing identical or substantially
similar work;
b. the subcontractor will be required to comply with all applicable terms of this Agreement;
c. the subcontract will not create any contractual relationship between any such
subcontractor and the City, nor will it obligate the City to pay or see to the payment of
any subcontractor; and
d. the work of the subcontractor will be subject to inspection by the City to the same extent
as the work of the Professional.
The Professional shall require all subcontractor/subconsultants performing Services
hereunder to maintain insurance coverage naming the City as an additional insured under
this Agreement and Exhibit [choose one], consisting of [# of Pages], attached and
incorporated herein. The Professional shall maintain a copy of each
subcontractor’s/subconsultant’s certificate evidencing the required insurance. Upon
request, the Professional shall promptly provide the City with a copy of the certificate(s).
The Professional shall be responsible for any liability directly or indirectly arising out of the
Services performed under this Agreement by a subcontractor/subconsultant, which liability
is not covered by the subcontractor/subconsultant's insurance.
18. Acceptance Not Waiver. The City's approval of Project Instruments furnished hereunder
shall not in any way relieve the Professional of responsibility for the quality or technical
accuracy of the Services. The City's approval or acceptance of, or payment for, any of the
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 5 of 16
Services shall not be construed to operate as a waiver of any rights or benefits provided to
the City under this Agreement.
19. Default. Each and every term and condition hereof shall be deemed to be a material element
of this Agreement. In the event either party should fail to or refuse to perform according to
the terms of this Agreement, that party may be declared in default upon notice.
20. Remedies. In the event a party has been declared in default, that defaulting party shall be
allowed a period of ten (10) calendar days from the date of notice within which to cure said
default. In the event the default remains uncorrected, the party declaring default may elect
to:
a. terminate the Agreement and seek damages;
b. treat the Agreement as continuing and require specific performance; or
c. avail themselves of any other remedy at law or equity.
In the event of a dispute between the parties regarding this Agreement, each party shall
bear its own attorney fees and costs, except as provided for in the Indemnification and
Technology Accessibility sections.
21. Entire Agreement; Binding Effect; Authority to Execute. This Agreement, along with all
Exhibits and other documents incorporated herein, shall constitute the entire Agreement of
the parties regarding this transaction and the matter recited herein. This Agreement
supersedes any prior agreements, promises, or understandings as to the matter recited
herein. The Agreement shall be binding upon the parties, their officers, employees, agents
and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties. Covenants or representations
regarding the matter recited herein, 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 that party to the terms of this Agreement.
22. Law/Severability. The laws of the State of Colorado and the City of Fort Collins Charter and
Municipal Code shall govern the construction, interpretation, execution and enforcement of
this Agreement —without regard to choice of law or conflict of law principles. The Parties
further agree that Larimer County District Court is the proper venue for all disputes. If the
City subsequently agrees in writing that the matter may be heard in federal court, venue will
be District Court for the District of Colorado. In the event any provision of this Agreement
shall be held invalid or unenforceable by any court of competent jurisdiction, that holding
shall not invalidate or render unenforceable any other provision of this Agreement.
23. Use by Other Agencies. The City reserves the right to allow other state and local
governmental agencies, political subdivisions, and/or school districts (collectively Agency)
to use the City’s award determination to the Professional. Use by any other Agency shall
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 6 of 16
not have a negative impact on the City 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
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 solely between the
Agency 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
Services to be completed for the City.
24. Prohibition Against Unlawful Discrimination. The Professional acknowledges that the City,
in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42
US.C. §§ 2000d to 2000d-4); C.R.S. § 24-34-401, and any associated State or Federal laws
and regulations, strictly prohibits unlawful discrimination based on an individual’s gender
(regardless of gender identity or gender expression), race, color, religion, creed, national
origin, ancestry, age forty (40) years or older, marital status, disability, sexual orientation,
genetic information, or other characteristics protected by law. Pursuant to City policy, sexual
orientation means a person’s actual or perceived orientation toward heterosexuality,
homosexuality, and bisexuality. The City also strictly prohibits unlawful harassment in the
workplace, including sexual harassment. Further, the City strictly prohibits unlawful
retaliation against a person who engages in protected activity. Protected activity includes
an employee complaining that the employee has been discriminated against in violation of
the above policy or participating in an employment discrimination proceeding.
The Professional shall comply with the City’s policy for equal employment opportunity and
prohibit unlawful discrimination, harassment and retaliation. This requirement also applies
to all third-party subcontractors/subconsultants at every tier.
25. ADA and Public Accommodations. In performing the Services required hereunder, the
Professional agrees to meet all requirements of the Americans with Disabilities Act of 1990,
C.R.S. § 24-85-101, and all applicable rules and regulations (ADA), and all applicable
Colorado public accommodation laws, which are imposed directly on the Professional or
which would be imposed on the City as a public entity.
26. Technology Accessibility. The Professional represents that the Project Instruments
hereunder, shall fully comply with all applicable provisions of C.R.S. § 24-85-101, and the
Accessibility Standards for Individuals with a Disability, as established by the State of
Colorado Governor’s Office of Information Technology (OIT) pursuant to C.R.S. § 24-85-103
(2.5), including all updates and amendments to those standards as provided by the OIT.
The Professional shall also comply with all State of Colorado technology standards related
to technology accessibility and with Level AA of the most current version of the Web Content
Accessibility Guidelines (WCAG), incorporated in the State of Colorado technology
standards.
To confirm that the Project Instruments meet these standards, the Professional may be
required to demonstrate compliance. The Professional shall indemnify, save, and hold
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 7 of 16
harmless the City against any and all costs, expenses, claims, damages, liability, court
awards and other amounts (including attorneys’ fees and related costs) incurred by the City
in relation to the Professional’s failure to comply with C.R.S. § 24-85-101, or the Accessibility
Standards for Individuals with a Disability as established by OIT pursuant to C.R.S. §
24-85-103 (2.5).
The City may require the Professional’s compliance to the State’s Accessibility Standards
to be determined by a third party selected by the City to attest to the Project Instruments
and software compliance with C.R.S. § 24-85-101, and the Accessibility Standards for
Individuals with a Disability as established by OIT pursuant to C.R.S. § 24-85-103 (2.5).
27. Data Privacy. Professional will comply with all applicable data privacy regulations and laws,
specifically including Colorado’s Privacy Act, C.R.S § 6-1-1301 (the Privacy Act).
Professional shall ensure that each person processing any personal data connected to the
Services is subject to a duty of confidentiality with respect to the data. If applicable,
Professional shall require that any subcontractors meet the obligations of Professional with
respect to any personal data connected to this Agreement. The Parties agree that upon
termination of the Services that Professional shall, at the City’s choice, delete or return all
personal data to the City unless retention of the personal data is required by law.
Professional shall make available to the City all information necessary to demonstrate
compliance with the obligations of the Privacy Act. Professional shall allow for, and
contribute to, reasonable audits and inspections by the City or the City’s designated auditor.
28. Governmental Immunity Act. No term or condition of this Agreement shall be construed or
interpreted as a waiver, express or implied, of any of the notices, requirements, immunities,
rights, benefits, protections, limitations of liability, and other provisions of the Colorado
Governmental Immunity Act, C.R.S. § 24-10-101, and under any other applicable law.
29. Colorado Open Records Act. Professional acknowledges that the City is a governmental
entity subject to the Colorado Open Records Act, C.R.S. § 24-72-200, et seq. (CORA), and
documents in the City’s possession may be considered public records subject to disclosure
under the CORA. The parties agree that this Agreement and all incorporated Exhibits,
unless specifically marked as Confidential, are considered public records under the CORA.
30. Delay. Time is of the essence. Subject to Force Majeure, if the Professional is temporarily
delayed in whole or in part from performing its obligations, then the Professional shall
provide written notice to the City within two (2) business days defining the nature of the
delay. Provision of written notice under this Section shall not operate as a waiver of any
rights or benefits provided to the City under this Agreement.
31. Force Majeure. No party hereto shall be considered in default in the performance of an
obligation hereunder to the extent that performance of such obligation is delayed, hindered,
or prevented by force majeure. Force majeure shall be any cause beyond the control of the
party that could not reasonably have been foreseen and guarded against. Force majeure
includes, but is not limited to, acts of God, fires, riots, pandemics, incendiarism, interference
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 8 of 16
by civil or military authorities, compliance with regulations or orders of military authorities,
and acts of war (declared or undeclared), provided the cause could not have been
reasonably foreseen and guarded against by the affected party. Force majeure shall not
include increases in labor, commodity, utility, material, supply, fuel, or energy costs, or
compliance with regulations or orders of civil authorities. To the extent that the performance
is actually prevented, the Professional must provide notice to the City of such condition
within ten (10) calendar days from the onset of the condition.
32. Special Provisions. Special provisions or conditions relating to the Services to be performed
pursuant to this Agreement are set forth in Exhibit [choose one] - Confidentiality, consisting
of four (4) pages incorporated herein.
33. Order of Precedence. In the event of a conflict or inconsistency within this Agreement, the
conflict or inconsistency shall be resolved by giving preference to the documents in the
following order of priority:
a. The body of this Agreement (and any written amendment),
b. Exhibits to this Agreement, and
c. The Purchase Order document.
34. Prohibited Terms. Nothing in any Exhibit or other attachment shall be construed as a waiver
of any provision above. Any terms included in any Exhibit or other attachment that requires
the City to indemnify or hold Professional harmless; requires the City to agree to binding
arbitration; limits Professional’s liability; or that conflicts with statute, City Charter or City
Code in any way, shall be void.
[Signature Page Follows]
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 9 of 16
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul
Purchasing Director
Date:
ATTEST:
APPROVED AS TO FORM:
PROFESSIONAL'S NAME
By:
Printed:
Title:
Date:
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 10 of 16
EXHIBIT A
SCOPE OF SERVICES
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 11 of 16
EXHIBIT [CHOOSE ONE]
BID SCHEDULE/COMPENSATION
The following pricing shall remain fixed for the initial term of this Agreement. Any applicable price
adjustments may only be negotiated and agreed to in writing at the time of renewal.
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 12 of 16
EXHIBIT [CHOOSE ONE]
INSURANCE REQUIREMENTS
The Professional will provide, from insurance companies acceptable to the City, the insurance
coverage designated hereinafter and pay all costs. Before commencing work under this bid, the
Professional shall furnish the City with certificates of insurance showing the type, amount, class
of operations covered, effective dates and date of expiration of policies.
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Professional, insurance as the City may deem proper
and may deduct the cost of the insurance from any monies which may be due or become due the
Professional under this Agreement.
Insurance certificates should show the certificate holder as follows:
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522
The City, its officers, agents and employees shall be named as additional insureds on the
Professional's general liability and automobile liability insurance policies by marking the
appropriate box or adding a statement to this effect on the certificate, for any claims arising
out of work performed under this Agreement.
Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Professional shall maintain Worker’s
Compensation and Employer’s Liability insurance during the life of this Agreement for all
of the Professional 's employees engaged in work performed under this Agreement.
Workers' Compensation & Employer’s Liability insurance shall conform with statutory
limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each
employee, or as required by Colorado law.
B. General Liability. The Professional shall maintain during the life of this Agreement General
Liability insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise directly or
indirectly from the performance of work under this Agreement. Coverage for property
damage shall be on a (broad form) basis. The amount of insurance for General Liability
shall not be less than $1,000,000 combined single limits for bodily injury and property
damage.
C. Automobile Liability. The Professional shall maintain during the life of this Agreement
Automobile Liability insurance as will provide coverage for damage claims of personal
injury, including accidental death, as well as for claims for property damage, which may
arise directly or indirectly from the performance of work under this Agreement. Coverage
for property damage shall be on a (broad form) basis. The amount of insurance for
Automobile Liability shall not be less than $1,000,000 combined single limits for bodily
injury and property damage.
D. Errors and Omissions. The Professional shall maintain errors and omissions insurance in
the amount of $1,000,000.
E. Cybersecurity. The Professional shall maintain cybersecurity insurance in the amount of
$5,000,000.
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 13 of 16
EXHIBIT [CHOOSE ONE]
CONFIDENTIALITY
IN CONNECTION WITH THE SERVICES to be provided by Professional under this
Agreement, the parties agree to comply with reasonable policies and procedures with regard to
the exchange and handling of confidential information and other sensitive materials between the
parties, as set forth below.
1. Definitions.
For purposes of this Agreement, the party who owns the referenced information and is
disclosing same shall be referenced as the “Disclosing Party.” The party receiving the
Disclosing Party’s information shall be referenced as the “Receiving Party.”
2. Confidential Information.
Confidential Information controlled by this Agreement refers to information that is not public
and/or is proprietary, including but not limited to location information, network security system,
business plans, formulae, processes, intellectual property, trade secrets, designs,
photographs, plans, drawings, schematics, methods, specifications, samples, reports,
mechanical and electronic design drawings, customer lists, financial information, studies,
findings, inventions, ideas, City customer identifiable information (including account, address,
billing, consumption, contact, and other customer data), utility metering data, service billing
records, customer equipment information.
To the extent practical, Confidential Information shall be marked “Confidential” or
“Proprietary.” Nevertheless, Professional shall treat as Confidential Information all customer
identifiable information in any form, whether or not bearing a mark of confidentiality or
otherwise requested by the City, including but not limited to the non-exclusive list of
Confidential Information above. In the case of disclosure in non-documentary form of non-
customer identifiable information, made orally or by visual inspection, the Disclosing Party
shall have the right, or, if requested by the Receiving Party, the obligation to confirm in writing
the fact and general nature of each disclosure within a reasonable time after it is made in
order that it is treated as Confidential Information. Any information disclosed to the other party
before the execution of this Agreement and related to the services for which Professional has
been engaged shall be considered in the same manner and be subject to the same treatment
as the information disclosed after the execution of this Agreement with regard to protecting it
as Confidential Information.
3. Use of Confidential Information.
Receiving Party hereby agrees that it shall use the Confidential Information solely for the
purpose of performing its obligations under this Agreement and not in any way detrimental to
Disclosing Party. Receiving Party agrees to use the same degree of care Receiving Party
uses with respect to its own proprietary or confidential information, which in any event shall
result in a reasonable standard of care to prevent unauthorized use or disclosure of the
Confidential Information. Except as otherwise provided herein, Receiving Party shall keep
confidential and not disclose the Confidential Information. The City and Professional shall
cause each of their directors, officers, employees, agents, representatives, and
subcontractors to become familiar with, and abide by, the terms of this Exhibit, which shall
survive this Agreement as an on-going obligation of the Parties.
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 14 of 16
Professional shall not use such information to obtain any economic or other benefit for itself,
or any third party, other than in the performance of obligations under this Agreement.
4. Exclusions from Definition.
The term “Confidential Information” as used herein does not include any data or information
which is already known to the Receiving Party or which before being divulged by the
Disclosing Party: (a) was generally known to the public through no wrongful act of the
Receiving Party; (b) has been rightfully received by the Receiving Party from a third party
without restriction on disclosure and without, to the knowledge of the Receiving Party, a
breach of an obligation of confidentiality; (c) has been approved for release by a written
authorization by the other party hereto; or (d) has been disclosed pursuant to a requirement
of a governmental agency or by operation of law, subject to Paragraph 5 below.
5. Required Disclosure.
Notwithstanding Paragraph 4(d) above, if the Receiving Party receives a request (by
interrogatories, requests for information or documents, subpoena, civil investigative demand
or similar process, or by federal, state, or local law, including without limitation, the Colorado
Open Records Act) to disclose any Confidential Information, the Parties agree the Receiving
Party will provide the Disclosing Party with immediate notice of such request, so the Disclosing
Party may seek an appropriate protective order before disclosure or waive the Receiving
Party’s compliance with this Exhibit.
The Receiving Party shall furnish a copy of this Exhibit with any disclosure.
Notwithstanding this Paragraph 5, Receiving Party shall not disclose Confidential Information
to any person, directly or indirectly, nor use it in any way, except as required by law or
authorized in writing by Disclosing Party.
6. Red Flags Rules.
If applicable, Professional must implement reasonable policies and procedures to detect,
prevent and mitigate the risk of identity theft in compliance with the Identity Theft Red Flags
Rules found at 16 Code of Federal Regulations part 681. Further, Professional must take
appropriate steps to mitigate identity theft if it occurs with any of the City’s covered information
and must notify the City in writing within twenty-four (24) hours of discovery of any breaches
of security or Red Flags to the City.
7. Data Protection and Data Security.
Professional shall have in place information security safeguards designed to conform to or
exceed industry best practices regarding the protection of the confidentiality, integrity and
availability of Confidential Information and shall have written agreements requiring any
subcontractor to meet those standards. These information security safeguards (the
“Information Security Program”) shall be materially consistent with, or more stringent than, the
safeguards described in this Exhibit.
(a) Professional’s information security safeguards shall address the following elements:
• Data Storage, Backups and Disposal
• Logical Access Control (e.g., Role-Based)
• Information Classification and Handling
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 15 of 16
• Secure Data Transfer (SFTP and Data Transfer Specification)
• Secure Web Communications
• Network and Security Monitoring
• Application Development Security
• Application Security Controls and Procedures (User Authentication, Security
Controls, and Security Procedures, Policies and Logging)
• Incident Response
• Vulnerability Assessments
• Hosted Services
• Personnel Security
(b) Subcontractors. Professional may use subcontractors, though such activity shall not
release or absolve Professional from the obligation to satisfy all conditions of this
Agreement, including the data security measures described in this Exhibit, and to require
a substantially similar level of data security, appropriate to the types of services provided
and Confidential Information received, for any subcontractor Professional may use.
Accordingly, any release of data, confidential information, or failure to protect information
under this Agreement by a subcontractor or affiliated party shall be attributed to
Professional and may be considered to be a material breach of this Agreement.
8. Information Storage. Confidential Information is not to be stored on any local workstation,
laptop, or media such as CD/DVD, USB drives, external hard drives or other similar portable
devices unless the Professional can ensure security for the Confidential Information so stored.
Workstations or laptops to be used in the Services will be required to have personal firewalls
on each, as well as have current, active anti-virus definitions.
9. Continuing Obligation. The agreement not to disclose Confidential Information as set forth in
this Exhibit shall apply during the term of the Services and or Agreement and at any time
thereafter unless specifically authorized by the City in writing.
10. Termination Remedy. If Professional breaches any of the terms of this Exhibit, in the City’s
sole discretion, the City may immediately terminate this Agreement and withdraw
Professional’s right to access Confidential Information.
11. Return of Information. Notwithstanding any other provision of this Agreement to provide
Project Instruments and work product, all material, i.e., various physical forms of media in
which Confidential Information is stored, including but not limited to writings, drawings, tapes,
diskettes, prototypes or products, shall remain the sole property of the Disclosing Party and,
upon request, shall be promptly returned, together with all copies thereof to the Disclosing
Party. Upon return of such materials, all digital and electronic data shall also be deleted in a
non-restorable way by which it is no longer available to the Receiving Party. Upon Disclosing
Party’s request, written verification of the deletion (including date of deletion) is to be provided
to the Disclosing Party within ten (10) days after completion of engagement, whether it be via
termination, completion or otherwise.
12. Injunctive Relief. Professional Receiving Party acknowledges that the Disclosing Party may,
based upon the representations made in this Agreement, disclose security information that is
Official Purchasing Document
Last updated 4/2025
Professional Services Agreement
RFP/BID [# and Title] Page 16 of 16
critical to the continued success of the Discloser’s business. Accordingly, Receiving Party
agrees that the Disclosing Party does not have an adequate remedy at law for breach of this
Agreement and therefore, the Disclosing Party shall be entitled, as a non-exclusive remedy,
and in addition to an action for damages, to seek and obtain an injunction or decree of specific
performance or any other remedy, from a court of competent jurisdiction to enjoin or remedy
any violation of this Agreement.