HomeMy WebLinkAboutRFP - 10229 ARC Apparel ServicesRFP 10229 ARC Apparel Services
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/purchasing
REQUEST FOR PROPOSAL
RFP 10229 ARC APPAREL SERVICES
RFP DUE: 3:00 PM MT (Mountain Time), November 20th, 2025
The City of Fort Collins is requesting proposals from qualified Service Providers to provide both
Arc Rated Flame Retardant (AR FR) and Non-Flame Retardant apparel for City personnel.
As part of the City’s commitment to sustainability, proposals must be submitted online through the
Rocky Mountain E-Purchasing System (RMEPS) at http://www.bidnetdirect.com/colorado/city- of-
fort-collins. Note: please ensure adequate time to submit proposals through RMEPS. Proposals not
submitted by the designated Opening Date and Time will not be accepted by RMEPS.
All questions should be submitted, in writing via email, to Almoutaz Badawi, Buyer II at
abadawi@fcgov.com, no later than 3:00 PM MT on November 7th, 2025. Please format your
e-mail to include: RFP 10229 Apparel Services 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 on the Rocky Mountain E-Purchasing System
webpage. A copy of the RFP may be obtained at http://www.bidnetdirect.com/colorado/city-of-
fort-collins.
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 he terosexuality, 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 Service Providers to comply with the Cit y’s policy for equal employment
opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement
applies to all third-party Service Providers and their subcontractors/subconsultants at every tier.
Public Viewing Copy: The City is a governmental entity subject to the Colorado Open Records
Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to
public disclosure by the City pursuant to CORA and City ordinances. Service Providers may
RFP 10229 ARC Apparel Services
submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this
version of the proposal, Service Providers 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 and financial data information man not be disclosed by the City. Proposals
may not be marked “Confidential” or ‘Proprietary’ in their entirety. By responding to this RFP,
Service Providers hereby waives any and all claims for damages against the City for the City’s
good faith compliance with CORA. All provisions of any contract resulting from this request
for proposal will be public information.
Service Providers Registration: The City requires new Service Providers receiving awards from
the City to submit IRS form W-9 and requires all Service Providers to accept Direct Deposit
(Electronic) payment. If needed, the W-9 form and the Service Provider Direct Deposit
Authorization Form can be found on the City’s Purchasing website at www.fcgov.com/purchasing
under Service Provider 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 Service Providers shall be required to sign the City’s Agreement prior to
commencing services (see sample attached to this document).
Sincerely,
Gerry Paul
Purchasing Director
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 3 of 14
I.BACKGROUND & OBJECTIVE
A.Objective
The City of Fort Collins is requesting proposals from qualified Service Providers to provide
both Arc Rated Flame Retardant (AR FR) apparel and Non-Flame Retardant high-quality
workwear for City personnel. Apparel should include high-visibility (HI-VIZ) clothing,
breathable garments suitable for active fieldwork, and weather-resistant gear designed to
protect employees working in inclement conditions. The selected Service Provider(s) will
be expected to provide durable, safe, embroidered, and functional clothing that supports
the daily needs of City personnel while meeting applicable safety and performance
standards.
B.Background
The National Fire Protection Association has recently stipulated in code NFPA 70E-2009
130.3.B that Arc Rated clothing and other Personal Protective Equipment (PPE) must be
worn when employees are working with the Arc Flash Protection Boundary. The
Occupational Safety and Health Administration (OSHA) has defined the maximum use
limit for such clothing to be 11.1 calorie. The City estimates that about 90-100 Light &
Power employees will need to be supplied with AR FR apparel annually. Water Field
Operations staff work year-round in a wide range of environmental conditions, requiring
dependable workwear that enhances visibility, comfort, and protection. The City is seeking
apparel that ensures operator safety in high-traffic and construction areas, provides
breathability and moisture control for physical tasks, and withstands challenging weather
such as rain, snow, wind, and extreme temperatures. Approximately 60–80 Water
Operators will need to be supplied with this apparel annually. This comes out to
approximately 1600 articles of clothing.
II.SCOPE OF PROPOSAL
A.Apparel Specifications
AR FR apparel must comply with OSHA regulations for FR clothing. Apparel
specifications, including preferred brand, apparel descriptions, size requirements and
styles are referenced and incorporated herein and will accompany the RFP on a separate
Excel file entitled “Attachment A - Pricing Schedule”. Although the City will consider
alternate brands, the proposed apparel must be equivalent to the type and styles of
apparel annotated in Pricing Sschedule. The sizing listed in Attachment A is not meant to
be all inclusive; the Service Provider(s) shall comply with additional sizing requirements if
requested by the
City.
The Non-FR apparel must meet the needs of City personnel by providing high-quality
workwear that is breathable, durable, and suitable for year-round field conditions.
Clothing must come from top brands known for safety, comfort, and performance, and
must include options that are weather-resistant for inclement conditions. Service
Provider(s) shall offer a wide range of sizing options to ensure all male and female
employees are properly fitted and equipped with apparel that supports both safety and
functionality in the field.
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 4 of 14
B.Ordering Process
1.For each contract term, the City will submit a Blanket Purchase Order in early January
for the calendar year which will facilitate payment for the items ordered from the
Service Provider(s) within that same calendar year. The awarded Service Provider(s)
should reference this Purchase Order number on each invoice submitted to
invoices@fcgov.com for that calendar year to facilitate prompt payment of all invoices.
2.Service Provider(s) will be available to provide apparel fitting/measuring of City
personnel at City facility(s) for no additional cost as reasonably requested by the City.
It is the responsibility of the City employee to try on apparel in order to ascertain proper
sizing if needed. It will be the City employee’s responsibility to log onto their personal
clothing account to order clothing needed for their specified position. Attachment B,
incorporated herein, is “Sample Clothing Action Form”. NOTE: This form may be
modified at the City’s discretion.
3.For larger orders (10-12 parcels), Service Provider(s) will deliver in bulk to the City.
Orders must be packaged separately by employee and labeled with the employee’s
name and their respective division, for example; “Light & Power” or “Water Field
Operations” (unless another division is noted on the CLOTHING ACTION Form). All
pricing should include FOB destination in the price.
4.The City reserves the right to initiate single retail purchases on an as-needed basis
and the Service Provider(s) will use the same Percent Markup provided on the
Pricing Schedule. Percent Markup will remain unchanged for the Agreement.
5.For single retail purchases, the City of Fort Collins Procurement Card will be used.
Presentation of the City Procurement Card at checkout will be sufficient to qualify the
purchase for City contract pricing. All purchases under this Agreement are exempt
from sales tax.
6.Online ordering is the preferred option for the City and Service Provider(s) will set up
individual City/Employee accounts.
7.The Service Provider(s) will provide the City Representatives, Jay Wolfe,
Andrew Gingerich and Gina Shubin, with an order confirmation within twenty
four (24) business hours for every order placed, which will include the estimated
delivery date(s).
8.If the Service Provider(s) are notified of a backorder from the manufacturer, the
Service Provider(s) will notify the City Representatives within twenty four (24)
business hours. To mitigate delays in communicating backordered items to the City,
the Service Provider(s) are responsible for ensuring the manufacturer
communicates estimated delivery dates to the Service Provider(s) in a timely
manner.
C.Logos
Service Provider(s) pricing will include logo, silkscreen, and embroidery services on all
apparel. At the City’s discretion, the City will source City logo silkscreen or embroidery
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 5 of 14
services via a third- party provider after purchase of the article from the Service
Provider(s), at the City’s expense.
D.Delivery
E.Pricing
renewal of any cost increase by the manufacturers. Service Provider’s Percent Markup
F.Returns
G.Sustainability/TBL
H.Anticipated Schedule
The following represents the City’s target schedule for the RFP. The City reserves the
•
•
•
•
October 24th, 2025
3:00 PM MT on Novermber 7th, 2025
November 14th, 2025
3:00 PM MT on November 20th, 2025
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 6 of 144
I.Interviews
In addition to submitting a written proposal, the top-rated Service Providers may be
interviewed by the RFP assessment team and asked to participate in remote 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.
J.Award
The initial term of the Agreement will be for one (1) year and may be extended for
additional one (1) year periods not to exceed four (4) additional one year periods. In
subsequent years, rates shall be escalated no more than three percent (3%) per year.
K.Subcontractors/Subconsultants
Service Provider(s) will be responsible for identifying any subcontractors and/or
subconsultants in their proposal. Please note that the City will contract solely with the
awarded Service Provider(s); therefore, subcontractors and/or subconsultants will be the
responsibility of the Service Provider.
L.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.
M.Fees, Licenses, Permits
The successful Service Provider 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.
N.Laws and Regulations
The Service Provider 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).
O.Invoicing and Payment
Invoices should be emailed monthly to invoices@fcgov.com with a copy to the City 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 Vendor each month following the submittal of a correct
invoice by the Vendor indicating at a minimum the project name, Purchase Order number,
employee name, item description, and item quantity. Payments will be made using the prices
listed on the agreed-to Price Schedule.
In the event a service is requested which is not listed on the Price Schedule, the Vendor and
the City will negotiate an appropriate unit price for the service prior to the Vendor initiating such
work. The City pays invoices on Net 30 terms.
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 7 of 144
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 and Authorization 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.
Service Providers 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 Service
Providers 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 Service
Providers include each of the City’s questions with their response.
The City of Fort Collins shall not reimburse any firm for costs incurred in the preparation and
presentation of their proposal.
A.Cover Letter / Executive Summary
The Executive Summary should highlight the content of the proposal and features of the
program offered, including a general description of the program and any unique aspects
or benefits provided by your firm.
Indicate your availability to participate in the interviews on the proposed dates as stated
in the Schedule section.
Q.Service Provider Information
1.Describe the Service Provider’s business and background
2.Number of years in the business
3.Details about ownership
4.An overview of services offered and qualifications
5.Size of the firm
6.Location(s) of offices. If multiple, please identify which will be the primary for our
account.
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 8 of 14
7.Primary contact information for the company including contact name(s) and title(s),
mailing address(s), phone number(s), and email address(s).
R.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.Provide documentation that demonstrates the proposed brand of FR clothing is Arc
Rated.
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.Provide documentation or website links that assure the proposed apparel is
manufactured using Sweatshop-Free Labor.
6.Identify what portion of work, if any, may be subcontracted or outsourced to
subconsultants. Include all applicable information herein requested for each
subconsultant.
S.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.A list of qualifications for your firm and qualifications and experience of the specific
staff members proposed to perform the services described above.
3.References. Provide a minimum of three (3) similar projects with public agencies (not
to include the City of Fort Collins) in the last 5 years that have involved the staff and
subcontractors/subconsultants proposed to work on this project. Include the owner’s
name, title of project, beginning price, ending price, contact name, email and phone
number, subconsultants on the team and a brief description of the work and any
change orders. The Service Provider authorizes the City to verify any and all
information contained herein and hereby releases all those concerned providing
information as a reference from any liability in connection with any information
provided.
4.Provide any information that distinguishes Service Provider from its competition and
any additional information applicable to this RFP that might be valuable in assessing
Service Provider’s proposal.
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 9 of 14
T.Cost and Work Hours
In your response to this proposal, please provide the following:
1.Complete and submit Attachment A.
2.Schedule of Rates: Markup percentage by garment or manufacturer. 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.
A fee schedule for subconsultants/subcontractors, if used, shall be included. Rates
shall be escalated no more than three percent (3%) per year.
U.Sustainability/TBL Methodology
In concise terms (no more than two pages), please describe your organization’s
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 Service Provider.
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 Service
Provider supply chain, and how your firm has applied an equity lens to
processes such as recruitment, hiring, purchasing, career pathways,
salaries, and staff engagement.
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 10 of 14
V.Sample Agreement
Included with this request for proposals is a sample Agreement that the City intends to
use for obtaining the services of the Service Provider. The Service Provider 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.
W.Acknowledgement
The Acknowledgement form is attached as Section V. Complete the attached form
indicating the Service Provider hereby acknowledges receipt of the City of Fort Collins
Request for Proposal and acknowledges that the Service Provider has read and agrees
to be fully bound by all of the terms, conditions and other provisions set forth in the RFP.
IV.REVIEW AND ASSESSMENT CRITERIA
A.Proposal and Interview Criteria
Service Providers 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 Service Providers 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.
CRITERIA
NUMBER
CRITERIA WEIGHTING FACTOR
1 SCOPE OF PROPOSAL 45%
2 FIRM CAPABILITY & ASSIGNED PERSONNEL 30%
3 COST AND WORK HOURS 20%
4 SUSTAINABILITY/TBL METHODOLOGY 5%
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 11 of 144
V.ACKNOWLEDGEMENT
Service Provider 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 10229 ARC Apparel Services Agreement except as
otherwise noted. Additionally, Service Provider 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
Service Provider’s knowledge and belief.
b.Service Provider 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.Service Provider further agrees that the method of award is acceptable.
e.Service Provider 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.Service Provider acknowledges receipt of addenda.
g.Service Provider acknowledges no conflict of interest.
h.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.
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 122of 144
Legal Firm Name:
Physical Address:
Remit to Address:
Phone:
Name of Authorized Agent of Firm:
Signature of Authorized Agent:
Email of Authorized Agent:
Primary Contact for Project:
Title: Email Address:
Phone: Cell Phone:
NOTE: ACKNOWLEDGMENT IS TO BE SIGNED & RETURNED WITH YOUR PROPOSAL.
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 13 of 14
Attachment A
Pricing Schedule
Official Purchasing Document
Last updated 5/2024
RFP 10229 ARC Apparel Services
Page 14 of 14
Attachment B
Sample Clothing Action Form
Employee Name:
Daytime Phone: Email Address:
~Catalog (check one):
FR Clothing Non-FR Clothing
LOC / FC Dept (check one):
Electric Field Services
UT Electric Systems Eng
Div
L&P Operations Services UT Standards Eng Div
Water Field Operations Connexion:
UT Customer Connections Other:
UT Elec Sys Design & IT Div
Initial Balance: Yearly Amount:
Email Completed Form to: Cheryl - chwagner@fcgov.com
Services Agreement
RFP 10229 ARC Apparel Services
Page 1 of 15
Official Purchasing Document
Last updated 4/2025
VI.SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN )
SERVICES AGREEMENT
This 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], (Service Provider).
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1.Scope of Services. The Service Provider agrees to provide Services in accordance with the
Scope of Services (Services) attached hereto as Exhibit A, consisting of [# of Pages] and
incorporated herein. Irrespective of references to named third parties in this Agreement and
its Exhibits, the Service Provider shall be solely responsible for performance of all duties
hereunder.
2.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.
3.Agreement Period. This Agreement shall commence , 20(Year) (the Effective Date)
and shall continue in full force and effect until , 20(Year), unless sooner terminated
as herein provided. In addition, at the option of the City, the Agreement may be extended
for additional one-year periods not to exceed four (4) 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 Service Provider no
later than thirty (30) days prior to Agreement end.
4.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 Service Provider.
In the event of early termination by the City, the Service Provider shall be paid for Services
rendered to the date of termination, subject only to the satisfactory performance of the
Service Provider 's obligations under this Agreement. Service Provider shall submit a final
invoice within ten (10) calendar days of the effective date of termination. Payment shall be
the Service Provider'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:
Services Agreement
RFP 10229 ARC Apparel Services
Page 2 of 15
Official Purchasing Document
Last updated 4/2025
Service Provider: City: Copy to:
Attn:
Email Address
City of Fort Collins
Attn:
PO Box 580
Fort Collins, CO 80522
Email Address
City of Fort Collins
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
purchasing@fcgov.com
All notices under this Agreement shall be written.
6.Compensation. In consideration of the Services to be performed pursuant to this Agreement,
the City agrees to pay the Service Provider in accordance with Exhibit B, consisting of [# of
Pages], attached and incorporated herein. Monthly partial payments based upon the
Service Provider's billings and itemized statements are permissible. The amounts of all
such partial payments shall be based upon the Service Provider's City-verified progress in
completing the Services to be performed pursuant hereto and upon the City's approval of
the Service Provider 's actual reimbursable expenses. Final payment shall be made
following acceptance by the City of the Services.
Invoices shall be emailed to invoices@fcgov.com with a copy to the City Project Manager. The
’s Certificate of Exemption license number is 09804502.
Project Manager’s approval.
costs and reasonable attorney’
Services Agreement
RFP 10229 ARC Apparel Services
Page 3 of 15
Official Purchasing Document
Last updated 4/2025
consisting of one (1) page, attached and incorporated herein.
10.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.
11.Project Instruments and License.
a.Upon execution of this Agreement, the Service Provider 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 C ity 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 Service Provider 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 Service
Provider shall become the City’s property. The Service Provider shall provide the City
with the Project Instruments in electronic format in a mutually agreed upon file type.
12.City Project Manager. The City will designate, before commencement of the Services, the
City Project Manager who will 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.
13.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.
Services Agreement
RFP 10229 ARC Apparel Services
Page 4 of 15
Official Purchasing Document
Last updated 4/2025
14.Independent Contractor. The Services to be performed by the Service Provider 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 Service Provider's compensation
hereunder or any other amounts on behalf of Service Provider for the payment of FICA,
Workmen's Compensation, unemployment insurance, other taxes or benefits or for any
other purpose.
15.Personal Services. It is understood that the City enters into the Agreement based on the
special abilities of the Service Provider and that this Agreement shall be considered as an
Agreement for personal services. Accordingly, the Service Provider shall neither assign any
responsibilities nor delegate any duties arising under the Agreement without the prior written
consent of the City.
16.Subcontractors/Subconsultants. Service Provider 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 are subcontracted hereunder (with the consent of the City), then the
following provisions shall apply:
a.the subcontractor must be a reputable, qualified firm with an established record of
successful performance in its respective trade performing identical or substantially
similar work;
b.the subcontractor will be required to comply with all applicable terms of this Agreement;
c.the subcontract will not create any contractual relationship between any such
subcontractor and the City, nor will it obligate the City to pay or see to the payment of
any subcontractor; and
d.the work of the subcontractor will be subject to inspection by the City to the same extent
as the work of the Service Provider.
The Service Provider shall require all subcontractor/subconsultants performing Service(s)
hereunder to maintain insurance coverage naming the City as an additional insured under
this Agreement in accordance with Exhibit C. The Service Provider shall maintain a copy
of each subcontractor’s/subconsultant’s certificate evidencing the required insurance.
Upon request, the Service Provider shall provide the City with a copy of the certificate(s)
within two (2) business days.
The Service Provider 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.
17.Acceptance Not Waiver. The City 's approval of Project Instruments furnished hereunder
shall not in any way relieve the Service Provider of responsibility for the quality or technical
accuracy of the Services. The City’s approval or acceptance of, or payment for any of the
Services shall not be construed to operate as a waiver of any rights or benefits provided to
the City under this Agreement.
Services Agreement
RFP 10229 ARC Apparel Services
Page 5 of 15
Official Purchasing Document
Last updated 4/2025
18.Warranty.
a.Service Provider warrants that all Services performed hereunder shall be performed with
the highest degree of competence and care in accordance with accepted standards for
Services of a similar nature.
b.Unless otherwise provided in the Agreement, all materials and equipment incorporated
into any Services shall be new and, where not specified, of the most suitable grade of
their respective kinds for their intended use, and all Services must be of a quality
acceptable to City.
c.Service Provider warrants all equipment, materials, labor and other Services, provided
under this Agreement, except City -furnished materials, equipment and labor, against
defects and nonconformances in design, materials and Service quality for the original
manufacturer’s warranty term. Upon receipt of written notice from the City of any such
defect or nonconformances, the affected item or part thereof shall be redesigned,
repaired or replaced by Service Provider in a manner and at a time acceptable to City.
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 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 said parties, their officers, employees, agents
and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties. 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.
Services Agreement
RFP 10229 ARC Apparel Services
Page 6 of 15
Official Purchasing Document
Last updated 4/2025
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 in U.S. District Court for the District of Colorado. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, that
holding shall not invalidate or render unenforceable any other provision of this Agreement.
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 Service Provider. Use by any other Agency
shall 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 between them
and the Service Provider. The City’s concurrence hereunder is subject to the Service
Provider’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 Service Provider 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 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 he or she has been discriminated against in violation
of the above policy or participating in an employment discrimination proceeding.
The Service Provider shall comply with the City’s policy for equal employment opportunity
and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies
to all third-party vendors and their subcontractors at every tier.
25.ADA and Public Accommodations. In performing the Services required hereunder, the
Service Provider 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 Service Provider
or which would be imposed on the City as a public entity.
Services Agreement
RFP 10229 ARC Apparel Services
Page 7 of 15
Official Purchasing Document
Last updated 4/2025
26.Technology Accessibility. The Service Provider 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 Service Provider 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 Service Provider may be
required to demonstrate compliance. The Service Provider shall indemnify, save, and hold
harmless the City against any and all costs, expenses, claims, damages, liability, court
awards and other amounts (including attorneys’ fees and related costs) incurred by the City
in relation to the Service Provider’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 Service Provider’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. Service Provider 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).
Service Provider 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,
Service Provider shall require that any subcontractors meet the obligations of Service
Provider with respect to any personal data connected to this Agreement. The Parties agree
that upon termination of the Services that Service Provider 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. Service Provider shall make available to the City all information necessary to
demonstrate compliance with the obligations of the Privacy Act. Service Provider 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. Service Provider 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,
Services Agreement
RFP 10229 ARC Apparel Services
Page 8 of 15
Official Purchasing Document
Last updated 4/2025
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 Service Provider is
temporarily delayed in whole or in part from performing its obligations, then the Service
Provider shall provide written notice to the City within two (2) business days defining the
nature of the delay. Provision of written notice under this Section shall not operate as a
waiver of any rights or benefits provided to the City under this Agreement.
31.Force Majeure. No Party hereto shall be considered in default in the performance of an
obligation hereunder to the extent that performance of such obligation is delayed, hindered,
or prevented by force majeure. Force majeure shall be any cause beyond the control of the
party that could not reasonably have been foreseen and guarded against. Force majeure
includes, but is not limited to, acts of God, fires, riots, pandemics, incendiarism, interference
by civil or military authorities, compliance with regulations or orders of military authorities,
and acts of war (declared or undeclared), provided such 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 Service Provider must provide notice to the City of such condition
within ten (10) calendar days from the onset of such condition.
32.Special Provisions. Special provisions or conditions relating to the Services to be performed
pursuant to this Agreement are set forth in Exhibit D - 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 Service Provider harmless; requires the City to agree to binding
arbitration; limits Service Provider’s liability; or that conflicts with statute, City Charter or City
Code in any way, shall be void.
[Signature Page Follows]
Services Agreement
RFP 10229 ARC Apparel Services
Page 9 of 15
Official Purchasing Document
Last updated 4/2025
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul, Purchasing Director
Date:
ATTEST:
APPROVED AS TO FORM:
SERVICE PROVIDER
By:
Printed:
Title:
Date:
Services Agreement
RFP 10229 ARC Apparel Services
Page 10 of 15
Official Purchasing Document
Last updated 4/2025
EXHIBIT A
SCOPE OF SERVICES
City of ktColli�
Services Agreement
RFP 10229 ARC Apparel Services
Page 11 of 15
Official Purchasing Document
Last updated 4/2025
EXHIBIT B
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.
Services Agreement
RFP 10229 ARC Apparel Services
Page 12 of 15
Official Purchasing Document
Last updated 4/2025
EXHIBIT C
INSURANCE REQUIREMENTS
The Service Provider will provide, from insurance companies acceptable to the City, the insurance
coverage designated hereinafter and pay all costs. Before commencing work under this bid, the
Service Provider shall furnish the City with certificates of insurance showing the type, amount,
class of operations covered, effective dates and date of expiration of policies.
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Service Provider, insurance as the City may deem
proper and may deduct the cost of such insurance from any monies which may be due or become
due the Service Provider under this Agreement.
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
Service Provider'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 Service Provider shall maintain Worker’s
Compensation and Employer’s Liability insurance during the life of this Agreement for all of
the Service Provider'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 Service Provider 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 Service Provider 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 pro perty damage.
Official Purchasing Document
Last updated 4/2025
Services Agreement
RFP 10229 ARC Apparel Services Page 13 of 15
EXHIBIT D
CONFIDENTIALITY
IN CONNECTION WITH THE SERVICES to be provided by Service Provider 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, Service Provider 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 Service Provider 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 C ity
and Service Provider 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.
Service Provider 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 o r 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
Official Purchasing Document
Last updated 4/2025
Services Agreement
RFP 10229 ARC Apparel Services Page 14 of 15
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, Service Provider 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, Service Provider 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.
Service Provider shall have in place information security safeguards designed to conform to or exceed
industry best practices regarding the protection of the confidentiality, integrity a nd 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) Service Provider’s information security safeguards shall address the following elements:
•Data Storage, Backups and Disposal
•Logical Access Control (e.g., Role-Based)
•Information Classification and Handling
•Secure Data Transfer (SFTP and Data Transfer Specification)
•Secure Web Communications
•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
Official Purchasing Document
Last updated 4/2025
Services Agreement
RFP 10229 ARC Apparel Services Page 15 of 15
•Hosted Services
•Personnel Security
(b) Subcontractors. Service Provider may use subcontractors, though such activity shall not release or
absolve Service Provider 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 Service Provider 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 Service Provider 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
Service Provider 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 Service Provider breaches any of the terms of this Exhibit, in the City’s sole
discretion, the City may immediately terminate this Agreement and withdraw Service Provider’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, ta pes, 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.
Injunctive Relief. Service Provider Receiving Party acknowledges that the Disclosing Party may,
based upon the representations made in this Agreement, disclose security information that is
critical to the continued success of the Discloser’s business. Accordingly, Receiving Party agrees
that the Disclosing Party does not have an adequate remedy at law for breach of this Agreement and
therefore, the Disclosing Party shall be entitled, as a non-exclusive remedy, 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.