Loading...
HomeMy WebLinkAboutContract 53752 City Secretary Contract No. 5375,;k, FORT WORTHO zv� �aR 31 o�jN VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation and GOODWILL INDUSTRIES OF SAN ANTONIO—BUSINESS SERVICES ("Vendor"),a Texas Non- Profit Corporation,each individually referred to as a"party"and collectively referred to as the"parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A Scope of Services; 3. Exhibit B Price Schedule;and 4. Exhibit C Verification of Signature Authority Form, Exhibits A,B and C,which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B or C and the terms and conditions set forth in the body of this Agreement,the terms and conditions of this Agreement shall control. 1. Scope of Services. Vendor will provide call center monitoring services and assist with evaluating calls, creating a performance evaluation system, monthly secret shopper service, training, and coaching services.. Exhibit"A,"-Scope of Services more specifically describes the services to be provided hereunder. 2. Term. This Agreement shall begin on the date signed by the Assistant City Manager below ("Effective Date") and shall expire one (i) year after signing the Agreement ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City shall have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to four(4)one-year renewal options,at City's sole discretion. 3. Compensation. City shall pay Vendor in accordance with the fee schedule of Vendor personnel who perform services under this Agreement in accordance with the provisions of this Agreement and Exhibit "B," —Price Schedule. Total payment made under this Agreement for the first year by City shall be in an amount up to Fifty Thousand Dollars ($50,000.00). Vendor shall not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. Vendor Services Agreement Pa '1F- lw� City Secretary Contract No. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder,City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever,except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date,City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor shall provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information.Vendor,for itself and its officers,agents and employees, agrees that it shall treat all information provided to it by City("City Information") as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Seller. It will be the responsibility of Seller to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.3 Unauthorized Access.Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access,modify, delete or otherwise corrupt City Information in any way. Vendor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised,in which event, Vendor shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Right to Audit. Vendor agrees that City shall,until the expiration of three(3) years after final payment under this contract, or the final conclusion of any audit commenced during the said three Vendor Services Agreement Page 2 of 33 City Secretary Contract No. years,have access to and the right to examine at reasonable times any directly pertinent books,documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges and work performed under this Agreement,and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement,Vendor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors and subVendors. Vendor acknowledges that the doctrine of respondent superior shall not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, Vendors and subVendors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees or subVendor of Vendor. Neither Vendor, nor any officers, agents, servants, employees or subVendor of Vendor shall be entitled to any employment benefits from City. Vendor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers,agents,servants, employees or subVendor. 8. Liability and Indemnification. 8.1 LIABILITY- YENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCL UDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSIONS), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR,ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION—OMITTED 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement,it being understood that this agreement to defend,settle or pay shall not apply if City modifies or misuses the software and/or documentation.So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor shall have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City shall have the right to fully participate in any and all such settlement, negotiations,or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor shall fully participate and Vendor Services Agreement Page 3 of 33 City Secretary Contract No. cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action,with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses shall not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or,if as a result of a settlement or compromise,such use is materially adversely restricted,Vendor shall,at its own expense and as City's sole remedy,either: (a)procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible,and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 9. Assignment and Subcontracting. 9.1 Assigiment. Vendor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee shall execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor and Assignee shall be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, sub Vendor shall execute a written agreement with Vendor referencing this Agreement under which sub Vendor shall agree to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor shall provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor shall provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000- Each Occurrence $2,000,000- Aggregate (b) Automobile Liability: $1,000,000- Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Vendor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle"shall be any vehicle owned,hired and non-owned. Vendor Services Agreement Page 4 of 33 City Secretary Contract No. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the work is being performed Employers' liability $100,000- Bodily Injury by accident; each accident/occurrence $100,000- Bodily Injury by disease;each employee $500,000- Bodily Injury by disease; policy limit (d) Professional Liability(Errors &Omissions): $1,000,000- Each Claim Limit $1,000,000- Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear.The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to City. Ten (10) days' notice shall be acceptable in the event of non-payment of premium.Notice shall be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A-VII in the current A.M.Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. Vendor Services Agreement Page 5 of 33 City Secretary Contract No. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance shall be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws.Ordinances,Rules and Reeulations. Vendor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances,rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances,rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor shall immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, subVendors and successors in interest,as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR,ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBVENDORSS OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or(3)received by the other party by United States Mail, registered,return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Goodwill Industries of San Antonio—Business Attn: Kevin Gunn,Assistant City Manager Services 200 Texas Street Attn: Mark McKeever, President and Chief Fort Worth,TX 76102-6314 Operating Officer(COO) Facsimile: (817)392-8654 33701 Nacogdoches,Suite 150 San Antonio,TX 78217 With copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Employees. Neither City nor Vendor shall, during the term of this Agreement and additionally for a period of one year after its termination,solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Vendor Services Agreement Page 6 of 33 City Secretary Contract No. Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law/Venue. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action,whether real or asserted,at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity,legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. Force Maieure. City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes, providing due diligence is used by either party in curing such cause and in resuming performance. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or Exhibits A,B,and C. 22. Amendments/Modifications/Extensions. No amendment,modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Entirety of Agreement. This Agreement, including Exhibits A, B and C, contains the entire understanding and agreement between City and Vendor,their assigns and successors in interest, as to the matters contained herein.Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart shall,for all purposes,be deemed an original,but all such counterparts shall together constitute one and the same instrument. 25. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty(30) days from the date that the services are completed. In such event, at Vendor's option, Vendor shall either(a)use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 26. Immigration Nationality Act. Vendor shall verify the identity and employment eligibility Vendor Services Agreement Page 7 of 33 City Secretary Contract No. of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City,Vendor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. Ownership of Work Product. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement(collectively,"Work Product"). Further,City shall be the sole and exclusive owner of all copyright,patent,trademark,trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first).Each copyrightable aspect of the Work Product shall be considered a"work-made- for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product,or any part thereof,is not considered a"work-made-for-hire"within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product,and all copies thereof,and in and to the copyright,patent,trademark,trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due,or rights of retention thereto on the part of City. 28, Signature Authority. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order,resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto,may be executed by any authorized representative of Vendor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit"C". Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. Change in Company Name or Ownership. Vendor shall notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records.The president of Vendor or authorized official must sign the letter.A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change,copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 30. No Boycott of Israel, If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract,Vendor certifies that Vendor's signature provides written verification to the City that Vendor:(1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. Vendor Services Agreement Page 8 of 33 City Secretary Contract No. IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. (signature page follows) Vendor Services Agreement Page 9 of 33 City Secretary Contract No. ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of By: this contract, including ensuring all performance and Name: Ka* 5 , 11 7 aT aAr reporting requirements. Title: Assistant City Manager Date: - ,20 By: s4v� Name: Sharon Gamble APPROVAL RECOMM NDED: Title: Customer Service Administrator APPROVED AS TO FORM AND LEGALITY: By: Name: Roger right F Title: Interim Director, IT Solutions By: Name: mn If Strong ATTEST: Title: Assistant City, torney CONTRACT AUTHORIZATION: By: M&C: NA oa �� aya89-0 3-a Q v Name: Mary)KaY§ Title: City Secretary VENDOR: GOODWILL INDUSTRIES OF SAN ANTONIO—BUSINESS SERVICES By: /A'`/VW•V, Name: ,µK Title: rtii . O'o Date: �� 20_ZO fF FICIAL RECORD TY SECRETARY T.WORTH,TX Vendor Services Agreement Page 10 of 33 EXHIBIT A SCOPE OF SERVICES 6 SINESS SERVICES SAN ANTONIO CAUL • RESPONSE • rNo. • • prepared for FORT O RT . 6 February 2020 GOODWILL BUSINESS SERVICES 1 3370 NACOGDOCHES ROAD,SUITE 150 1 SAN ANTONIO,TX 76217 WAW GWSABUSINESS ORG Vendor Services Agreement Exhibit A Page I I of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL CENTER MONITORING SERVICES SERVICES RFP No.20 0066 February 5,2020 Jeff Cope,Purchasing Supervisor City of Fort Worth Purchasing Division 200 Texas Street,Lower Level Fort Worth,Texas 76102 Subject: Call Center Monitoring Services RFP No.20-0066 Dear Mr,Cope, It is our pleasure to respond to your request for Fort Worth's Call Center Monitoring Services support, Goodwill Industries of San Antonio Business Services(Goodwill Business Services)is a 501(c)(3) non-profit social enterprise located in San Antonio Texas, With 20 years of experience implementing and operating highly effective call center operations for government agencies and Institutions of higher learning. We have a proven track record of success support Call Center operations for organizations with after-hours support requirements. We understand and have experience tackling issues such as poor telecommunication system performance,frustrated staff, long wait times,high blockage rates,and poor customer satisfaction.Our interventions include a focus on the right technology, process design, staff training, precise staffing, and quality management programs, Goodwill Business Services Is confident that we can present an after hour answering and dispatch services solution that will yield an exceptional client experience, Our goal is to become the leading Call Center and Call Monitoring provider across the U.S. through the establishment of long-term partnership with local, regional and national organizations. Our brand is one of ethical pricing, Continuous improvement through training, quality and process innovation,and management of operations by proven industry leaders, Goodwill Business Services is confident that we can present a Fort Worth's Call Center Monitoring Services plan that will not only provide an excellent client experience,but also meet the service level required for such a crucial and important operation. We confirm that we meet the minimum qualifications to support Fort Worth's Call Center Monitoring Service needs.Goodwill takes no exceptions to any paragraph in the RFP and meets Propo-sal Response 1 February 2020 Use ar disclosure of dote contained on this sheet is subject to the restriction on the title page of this proposal- Vendor Services Agreement—Exhibit A Page 12 of 33 City Secretary Contract No._ FORT WORTH BUSINESS CALL CENT ER MONITORING SERVICES SERVICES RFP No.20 0066 JAW AMTON�O and accepts all conditions contained in the document,to include our pricing will remain In effect for 180 days from the date of submission.We affirm that we will provide the proposed services without the use of subcontractors. We are proud to offer to Fort Worth our capabilities to support your Call Monitoring Service requirement with my personal commitment that Goodwill Business Services will deliver a superior level of performance throughout the contract, Thank you in advance for your time, consideration and partnership. Sincerely, Mark McKeever President and Chief Operations Officer Goodwill Business Services Proposal Response 2 February 2020 Use or disclosure of darn contained on this sheet is sub/ect to the restriction on the title page of this proposal. Vendor Services Agreement Exhibit A Page 13 of 33 City Secretary Contract No._- FORT WORTH BUSINESS CALL CENTFR MONITORING SERVICES SERVICES RFP No.20 W66 SAN ANTONIO ;ABOUT GOODWILL Goodwill Industries of San Antonio - Business Services(Goodwill Business Services)Is a highly qualified Call Center and Call Monitoring provider positioned to support Fort Worth's Telephone Answering Service. Since 1999, Goodwill Business Services has provided end-to-end call center customer service from customer Inquiry intake via inbound,outbound,chat,email,and social media channels to back-end customer data management processes. Our team members earn superior client and customer quality ratings through our innovative approach to Contact Center training methods and problem solving. Our Customer Service professionals handle over 1 million customer contacts via phone,chat,email,and social medical channels while consistently achieving a 99.7% Accuracy and 100%Timeliness Rating. Our World Class Call Center Services As an example of proven past-performance monitoring call center operations,Goodwill Business Services was awarded the Air Reserve Personnel Center contract. This contract required the design and implementation of a 24/7 Call/Contact Center supporting over 25,000 calls per month. Our well executed implementation plan resulted in an improved customer experience for Air Reserve Personnel Center callers. Our performance of the existing and newly procured work resulted in a Call Center Management rating of'Exceptional',a rating never issued before by this client for these services. In addition,we also provide Call Center Services to academic institutions of higher learning and national businesses.We will provide more detail in the Past Performance section. Our Location Our headquarters and Call Centers are located in San Antonio,Texas.The proposed location for this contract has readily available and functioning Call Center seats to accommodate up to 50 Contact Center representatives. Our facilities have met/exceeded all safety, health and operational standards.We currently hold the following certifications for Call Centers- ISO 9001 Commission on Accreditation of Rehabilitation Facilities(CARF) Certified Management Team —Resource Center for Customer Service Professionals Our Organizational Structure Goodwill Business Services is a non-profit organization which is managed by a leadership team that is governed by a board of directors comprised of local community and business leaders. Neither our Leadership Team nor our Board of Directors have other interests, or relationships that may conflict with or compromise the requirements herein. Proposal Response 3 February 2020 Use or disclosure of data contained on this sheet is subject to therestriction on the title page of this proposal Vendor Services Agreement—Exhibit A Page 14 of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL CENTER MONITORING SERVICES SERVICES RFP No.20-"6 SAH AH10NI0 WHAT WE OFFER Goodwill Business Services is offering Fort Worth an off-site Call Monitoring Service solution in efforts to help advance your strategic objectives.Our solution outlines a proven methodology to support inbound, outbound,chat, email and social med a customer service channels. Through the use of our call management system and our experience with various customer relationship management systems,Goodwill Business Services can provide the multi-tier level contact service that is required. Leveraging state-of-the-art technology to maximize productivity and customer service.Goodwill Business Services uses technology to ensure high productivity and provide quality service management.This includes: • Recordings of all calls for quality and training purposes and ability to trace calls for inquiries • Knowledgebase can be utilized to identify most frequent call trends. • E-mail solution that allows quality assurance and training components with integration of the Knowledgebase software to ensure consistent service across phone and e-mail channels • Call allocation technology available to change call instantly due to call volume surges, special circumstances or disaster emergencies, • Call allocation can be accessed so that the ability to change is not impacted by hardware/software on site. • Information Technology(IT)solutions to address issues in real time to develop various customized tools for reporting,operational use and scheduling. We will provide services for the following departments • Animal Care and Control • Dead Animal Pickup • City Call Center • Solid Waste • Code Enforcement • Transportation and Public Works • Communications and Public • Switchboard Engagement • Graffiti • Consumer Health and Environmental • Forestry We will be provide the following services tailored specifically for the Fort Worth departments listed above: • Third Party Call Monitoring Program designed for Fort Worth • Secret Shopper Calls and Scenarios Evaluations • Benchmark Calls and Performance Evaluations Develop Scoring Systems and Scripts Proposal Response 4 February 2020 Use or disclosure of doru conrainedon this sheet is subject to the restriction on the title page of this proposal. Vendor Services Agreement Exhibit A Page 15 of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL CENTER MONITORING SERVICES • SERVICES RFP No.20-0066 • Executive Summaries • Training Programs and Script Development Classroom and Webinar Programs OUR WORLD CLASS CALL MONITORING SERVICE Goodwill utilizes Nice inContact CXOne Quality Management for our World class Call Monitoring Service. Nice inContact is an industry leading Quality Management Software (QMS). Our QIVIS features include automated delivery of interactions,simplified dashboards,and a modernized custom form manager with searchable question bank. This creates a combined improved customer experience(CX)and agent experience. CUSTOMERIMPROVED Robust and customizable tools support a Happy agents create and maintain satisfied complete understanding of the customer customers Journey • Agent self-critiques • Customizable evaluation forms • Easy access to feedback • Automatic call play back and screen • Agent accessible library of best recordings practices • Consistent call scoring • Arbitration workflows ■ r NW.�l Frustration Did the customer's frusbation level change IncreasedfNo Change/Decreased during the interaction? Sentiment What was the customer's overall sentiment? Negative/Neutral/Positive Topic` What was the customer's reason for contact? i Call reason list or free form I Issue Ares ' What type of issue influenced the customers Agent/Process/Techrikal petforman,e experience? I Figunr] CX 1N•trics Example PROCESS EVALUATIONS --- + Improve both operational results and the customer experience by Identifying faulty, processes and Impact • Identify customer pain points • Speech analytics and customer surveys • Reduce process failures Proposal Response 5 February 2020 Use or disclosure of data rnnrained on this+beet is subject to the restriction on the tide page of this proposal. Vendor Services Agreement Exhibit A Page 16 of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL CENTER MONITORING SERVICES SERVICES• RFP No.20.0066 &AN ANTOWO DEVELOPING SECRET SHOPPER CALLS AND SCENARIOS Goodwill Business Services deploys a needs assessment at the initial start of the contract to identify (1) best practices, (2) desired customer service professionalism outcomes, (3) align training content,and(4)develop scenarios that support performance targets. • Best Practices-we identify key touch-points that exceed customer/caller expectations. • Outcomes-we align the expectationsof senior leadership,customers and team members with the ultimate goal of creating the"WOW"experience desired for each call type. • Training - we will foster a collaborative relationship with internal City of Fort Worth recruitment,training and operational teams to fully understand procedures and policies. • Scenarios we create realistic scenarios that will yield relevant and applicable feedback. We use all available sources of information to become extensively familiar with call type. We will build a bank of scenarios that will provide a "fresh"look each month as to not alert to patterns,identification of shoppers,and foster a constructive experience. We will calibrate with designated contract representatives to address the relatedness and effectiveness of secret shopper call scripts and scenarios. DEVELOPING SCRIPTS Goodwill Business Services understands the importance and value of obtaining developmental feedback from a third patty. We too,as a customer centric organization,leverage the assistance of a secret shopper agency to help identify gaps In our operations,training,and quality programs. We leverage all available sources of information to develop the most relevant and applicable scripting. Our three pronged approach includes:Flow>Resolution>Impression. We design scripts to flow effortlessly. Scripts sound be easy, effective and flow logically throughout the call flow process. Resolution of each issue or concern surfaced during the call translates to a positive customer service experience. Lastly and most importantly,we strive to help foster a culture of lasting impressions. Asa Servant Leader oriented organization,we strive at every opportunity to arm our front-line team members with the tools they need to make a difference. As part of our continuous improvement cycle,we will evaluate scripts throughout various intervals of our partnership to include onboarding, major and minor changes, and through the monthly evaluation of data DEVELOPING BENCHMARK CALLS Our QMS includes analytics which provide support in three key areas: individual performance, process performance, and technical performance. Understanding key performance indicators Proposal Response 0 February 2020 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Vendor Services Agreement-Exhibit A Page 17 of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL CENTER MONITORING SERVICES ARFP No.20.0066 SERVECES !AN ANiONlO such acceptable handle times, hold times, soft skills, questioning skills,and effectiveness and accuracy of information given. Manage Five Scripts:Animal Care,Code Enforcement,Transportation and Public Works,Dead Animal,Pickup,Consumer Health • Customizable evaluation forms for each script which would include trends and data analysis • Easily accessible feedback • Consistent tali scoring Provide Secret Shopper Calls • tustomized secret shopper form • All secret shopper calls would be recorded,analyzed and scored accordingly Benchmark Calls • Customized forms will allow for accurate and consistent measuring of soft skills, questioning skills,and effectiveness and accuracy of information given. DEVELOPING SCORING METRICS AND PERFORMANCE EVALUATIONS PERFORMANCE EVALUA >=valuator Representefive 7rtet# i Goal/Requirement. Criteria Expectation Mel Question Expectation YES NO Possibl Total e Pts Pts Representative minimum passing score Total Pts Comments: I Flgure 2.Exoniple of Ruhrlc Scoring Goodwill uses a rubric scoring guide to assess performance based on a specific set of criteria per business unit. The performance evaluations are divided into specific job categories, which provide explicit expectations of Acceptable and Unacceptable levels of performance for each category. The rubric is based on an analytic rating scale,with each category provided with a specific value, this allows for scoring of complex learning tasks with multiple criteria.Only critical and relevant components are evaluated. The rubric score will distinguish between levels of comprehension and ability. Proposa Response 7 February 2020 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposol. Vendor Services Agreement—Exhibit A Page 18 of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL-CENTER MONITORING SERVICES ARFP No.20-0066 SERVICES fAM A11/CM-0 The data results of the rubric provide an aggregated detailed indication of strengths and weaknesses on performance within each category. Performance evaluations will be conducted weekly by supervisors to identify gaps in training and coaching opportunity areas. Data is to be displayed via a dashboard of the comprised scores for each representative,and provided to each specific business unit supervisor. The data is to be reviewed and utilized by the business unit supervisorto determine program-level assessment and trends in both strengths and weaknesses. The sample graph below shows agents meeting goals and those agents not meeting goals. Monthly Performance Team 1 17 45 40 10 _ I 35 I 75 20 4 'i 10 I Agent IAgn,:t lAgA f.t;agent 4A3ent SAgent 6gent 7Agept BAgent q Agent Agent Agent agent Agent Agent 10 11 12 13 IA Is 111111111f WK 1 a WK 7 -_=WK 3 '..WK 4 -Month 1 -Goad i Figuio 3.Sotnply Gmph,Gools Mer/Not Met The following tools will be utilized to identify non-systemic or systemic Issues: Root cause analysis,Review,and Audit plan. After Identifying the root cause a corrective action report will follow to insure issue is resolved and to capture lessons learned for future audits. On the following pages are other examples of Quality Evaluation forms developed and tailored for our clients. Proposal Response 8 February 2020 Use or disclosure of dots contoined on this sheet is subject to the restriction on the title page of this proposol. Vendor Services Agreement—Exhibit A Page 19 of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL CENTFR MONITORING SERVICES SERVICES RFP •No.20-0066 SAN ANTONIO TTSC Call onalitv Evaluation Form OR EVAMATORC3R RNTIrItKU EVAL DATE. START TIMF rntroautlFm CIRG-C To PfN twith a4.ionler.It-argho pro"In UedWtJMaalda..Waan.ttrt U ltlr heedlitoW 4e 00ift. M M NO IbwM.nt T.t.l P. 11d'r-fkWMLMrutlden sMW-N W.I.1.4 HrrntPn'>iNaill.partlfe Mita<.aW hVr�xy 5 tlar.A.M)f ov7 11 tPa onroc+w gkar a ty>,t k,f rq.e+Ll;M wm Put,a uy 1.O d lst OK IWO(QM Ywl A4-di Wontonxff J'NN MIMlaH Nuafl�lhagt 4a[a4'.PJ Mt/l P9 Kf:laf Gl �1 L7 nflr all re.TWtd Wohtdn twrnll dne' rlfte43s,h pde xv.M w.lM1tnbn crn[RL n68.WP- Yl htfh-1 -O dIN(SR.d.11 if fM-w-e,rlard.-4 Miy.igPt v<mtAClwimxe.W.daHNV tma+r+ni<Ign ao/rpi,a.iy e.r.aa.Vpufgrb Wrwffenw'1 Ihlr tJ fhaldlM nYTbaR t'V of}y.frbrdY.ld NflPNUlt lA nlm..aW.JM�rue>^i;r Ime;q}.m- 1`,r..lLd,l lrr.(y..le mflL�nt inlPlev�, Ite exf onMr i<oM nrltivuPu(%�* rr>rra at Ol.tar.ty-CSA raw.ToarltNet7 liden andeniyentaMAllyatiw dtf<raNron by Ad"N.ItIa11.•na*tkm.*edtlny IlM reapanrM al..ww,.rratk.y,po,krve kl.raatJws its No "Nttenl i.III'm I O:I Ua 04 u,irn� 1 dn.•.,;,rmr+rr=.a:a.ar dr.alfflrq tM awlun.r'fun xmivrW.i+d lu-I-Il-, all t..A f le ln.,..J_•rt�ter aralnll(Ufr�ep laflhtM PvfIPRr/ho{/Cu11M .tea,hn„ yap. 15 f otmnH.n ,ut 1pidyifcomnbd d+y lM taiw .11b�+e:t..r..�'.t..-,r:,,:.) af111.tfN<vNNMrfo f/rM.tta lr'et'ItiiCfP4MAn t�tyr,Td tM t ruoc.f IN v 1lry at bcir{NKM ao M1al:1 w ITtl dltry Ye YdrUfY a1.d UI Ctf1NnN real b0el{ri(d 1 teftpltt 4lrte t•f.TN,v N•u+r.wx.Na nAie Marl 7.M llwiSAtttmonfiratr#MOM aaadtedipwt LWW4 )rr'1petrN(Wed it%tbtwla.er t6w1V IANn f adlestnwflor.lkl nhW4de.aetpd<tteyteeM MtMflel xt4ltn.rwsanntt rmrwe a Utn..It/r thry ka.. ,p4/«dh�ef/rtl«n n pray ti aurae-Iaa q.PMrn r rl1Y ly WWWW M•OR GeaRTe @190ft thit IINIPh Vilttl androlt and felaYant h orwinfordto prayMta spadite tnhAten t r wFetroatdon to inart aultaNe rtaled.. tis NO r.Akftt TN.114 6 I)Wtla C'tAIc hth<rtrp jNNma and [eafSinf &IGrthr i.t Yme 4.Ar tW,%Aft parid.Ua r.nhtile.Nt'I.ttvrl.Humrbll P+'+reKn.a wtd A utjn l Now,IV."t.ppih."kit S I.Ord iM CA WMt Vo MIOW CVAI(Pae(Irid Sof.awlrrrfpetlN►f to l ie ont .r rMwwu bi, A teheillraAll4ea an.(daw1Y l.rw1f 14.n P,tAevar.na arNn4plJwrrl.M the twk+n,,x oed It Ipd11�41M fra.ynt rt.yalM.lr.4uw Vftir ealtnllonl.0 arP+rtiel raw 16 C-dutfort CIR sort to ma the call M■ptnitive ma/41er whh the rntaYev ruayarWentondh,O theattwn,taken mVw the nt t."- m M M+.IN.of 7e1JMf dp'q lAatlP uar.narie a'hi utrlea xly Mulr, (MUMIh/nlvfonafhtllna«W;e,h'r PInRU.cJetau u Vu! Md ep.un 7eNn..t4nd. :,1 GyOv/UM old drY.r.rrdHlYlu9f llM pmtM<M atW rtbnl trr<lo 5 s«eie Crtapa I+ariOr 1 IM rA 9 Uvllh/Gy1 all UftelttmMii 7+Nt vfaf+trlPA 6y RN in;luOei ryt}�pq gat1V61 RrgrlOt<ntert Fy i.A Pb/I t,A-in wth7 oaMMf m/,wultPMrr.et NMI B 10 Ud at,/(in rAt lhrWMp'IMk+wr/y te2y tc4A ltf+nuary r, Vv Iu'a vela Po.\I 1d.ef)1N V,I prober w m74r1 nren,wrE,nnf xhef P,•w I4'I;IUw Cla trPalP-0Utl l®R to u,3+V ae P.hta( rttdW to rtitkR liP lV4Rnti lfh Cd,eW erYi bttbl:l rttlt .s.MflJevP,J Oka laa:fl.danll.�rJi I4naylw.AAYnreyuaal Yaif.71n1It:v0lvpy,.�anLll ■lit'At:ll 1011d 1 )4 c4 h..w meet.maYman p.f.44-.4 stl% TOt1d GOtni 1 100 e-igure4 Call Quality Evaluation Form Proposal Response 9 February 707Q Use or disclosure of doto contolnedon thissheet is subject to the restrfction on the title page of this proposal. Vendor Services Agreement—Exhibit A Page 20 of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL CENTER MONITORING SERVICES SERVICES RFA No.20-0066 lJ1N I1N70Ni0 1 I U I j to E E ! a e I o i C 1 Jim 'FE�r y tF i Y 230� 5 x s.s yE 5 �'pt�e t a s �- of e a t ' ; T�Ri ;• �F � i r �Z Y t. x¢ a df j II4�dbS 2T PS JQ � E a: cra ;u t : � ��E° e ' Fes - s E zxr q M - - - 1 Figure 5 Minimum Skills Verification Cheehlist Proposal Response 10 February 20M Use or disclosure of data contatned on this sheet is subject to the restriction on the title page of this proposal Vendor Services Agreement Exhibit A Page 21 of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL CENTER MONITORING SERVICES SERVICES RFP No.20.0066 aAN AlITONID Solithatloa Outbound Call Evaluation Form Name Date T®c Evaluator Objeedre of call state 1 2 3 4 5 NtA ?w r* cow LtrWat Lu+►dtta Yr Understand the current needs of prospect... Expresseshow will can meet done needs General oven tea of Product Sen•ice e0lamed Net&Anxhsis 1 2 3 4 5 NeA tier r,t. ce.a escdlat FxrgtisW `* Discovered what motivated Ecapect to hates 11 vsewofvalueao 'sts Reviewed prospects other needs SougW to discover of is concerns uestions Parx hnued needs van pxcems comprehensive Value 1 2 3 4 $ NIA Pwr re ca.a r"OW rrrye-a `rtt AppkAk Explained eompitheusive s alut of Avrking tsith Goodwill m manner that relaies t slue' Hraaded Goodaill's rnisuon,vuton values etc. Atked probmg quMQns to cQU"t wfotmation 0frered to providLd quote and or provide info Scbetluled Nketmp with tlecuton maker clollus 1 2 3 4 5 WA thar cur Geed EutaM Erupoeaa -U ApgWbk Higlillghted oexi siep,auted follow-up action en Gooduill'a put sad cwlumed contact information Other Selling Skilts 1 2 3 4 5 NIA Pwr Fib cod to amt Iatrytbatt -Not Acuve Listema Summarite CIMN Courum PnAb n Succinct process k Lanjuage Tie buk to Mspetl needs n ants'opporWnjues Vncovetiat needs Ctetr.l en ter Figure S.Outbound Calf Evaluation Proposal Response 1 February 2020 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal Vendor Services Agreement—Exhibit A Page 22 of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL CENTER MONITORING SERVICES SERVICES RFP No.20-0066 i�H 11NtOH10 EXECUTIVE SUMMARIES Below is a sample format for our executive summary following call benchmarking, scripting review, and secret shopping, We will provide this summary 30 days following each of these activities or as requested by the City of Fort Worth. Call Center Tearn,,�it -V of Fort Wo Target Audience: ' Customer Service Representatives and Call Center Leadership Team Reference Call XX/XX/2020 'Goodwill provided oudio file of the call if o secret shop Risk/Opportunity Call Center Benchmarking discovery: 1. Did not acknowledge customers'needs when calling in with an animal control concern. 2. Did not fully clarify what the city cannot do. Conclusions Recommend coaching with the CSR on the objectives of the script by doing side-by-side evaluation of the call with the CSR. TRAINING PROGRAMS Goodwill customizes training specifically to each client based on their requirements,systems, complexity,processes,and procedures.Goodwill will assign a training liaison to support the Fort Worth Call Monitoring contract. Our training resources are expertly experienced in delivering training and other information in the Contact Center Quality environments Our training philosophy is centered on the transfer of information through the use of the most effective method for the material being communicated. Trainint;Methods:Classroom,Webinar,and Coaching Methods Include computer-based and Classroom(instructor lead training),and Webinar(Skype/ teleconference sessions),Our trainings include role playing scenarios,Interactive games and activities, and Coaching session or lunch-and-learns. In addition to performance reporting,Goodwill will provide Ft Worth leadership with monthly training reports outlining content covered,number of participants, and other relevant information. Goodwill will kick off the contract by assigning the designated resources to include Project Leader, Program Manager,and Team Leaders to learn by immersion all of Fort Worth's current Call Center processes,programs.This includes understanding workflows,customer requirements,commonly asked questions and answers,and advance customer support functions.Through this immersion initiative we would be able to customize training that would best fit the Fort Worth's needs and supporting the Proposal Response 12 February 2M Use or disclosure of doto contained on this sheet is subject to the res#rrction on the title page of this proposoL Vendor Services Agreement—Exhibit A Page 23 of 33 City Secretary Contract No. FORT WORTH BUSINESS CALL CENTER MONITORING SERVICES SERVICES RFP No.20 0066 IAN ANTONIO overall mission.Next,our team of experts would design training modules and other training aids.In addition to training material,Goodwill wou'd develop the scoring metrics,performance evaluations and update or develop scripts as needed. All would be submitted to Fort Worth leadership for review,approval,and added to our shared knowledge library prior to using in training. This would be our recommended solution as it provides Goodwill with the actual perspective through the experiences of Fort Worth'%subject matter experts conducting the work every day,thus reducing errors,improving efficiencies,and fostering a collaborative relationship between the City of Fort Worth and Goodwill Business Services team. BEST PRACTICES MANAGER SESSIONS Goodwill will be able to coordinate best practice sessions as needed with our partner in addition to our internal team. • Customized Calibration Sessions based on various call types • Calibration sessions will be completed internally and externally • Call evaluations,coaching and reviews maintained within our Cloud based QMS 14 low � um. Figure 7.QMS Q Coaching Proposal Response 13 February 2020 Use or disclosure of data contained on this sherr is subject to the restriction on the title page of thrs proposal. Vendor Services Agreement Exhibit A Page 24 of 33 City Secretary Contract No.__ FORT WORTH BUSINESS CALL CENTER MONITORING SERVICES e SERVICES RFP No.20-W66 ADDITIONAL CONSULTING OR REPORTING It upon evaluation and data analysis,areas of opportunity and improvement are identified,we provide additional services in the areas of consulting and reporting to improve both operational and customer experience results. • Identify customer pain points • Speech analytics and customer surveys • Reduce process failures REPORTING AND CALL LOGS Goodwill's will develop the required reports for your Call Monitoring needs.Reports will int.lude specified data and contract performance evaluations and reviews. In addition to establishing performance requirements and metrics, Fort Worth will be provided with access to real-time dashboards and historical reports. Goodwill's Workforce Planning team will setup and train managers on best practices to develop world class representatives.Below is an examples of our Customer Quality Reporting templates. Quality Atsurance Reap custom#(survey Stor•by Wit•k 11411 wy 1 I�22 lit SF% 1P71t of 12 2r� at% rrol ka.d fd7 U019-25 W% _ Ilk f, SPq 24iitt 1 114% •1AX at19 _ e9% W 1" � 1 I _ tXl 1P t1 95% _rlM icNnd k Ott 17-21 ��'[MKKot Xererl�— t OttN•1O 161i 2ldSa,d Jul *s`,p �•fJ-0i`9�`^.i1-0 s} .�'''�?da'1."{4'as`r�a"3 IXi2a r r�s sa'c Hia x a „"f' `f J' s`"°Fdr.do P/.dd zip`��� dt'�d A v►�f t° 1170 R% lmz (((I rcca 2t 2) M% Ka ite+•d Ca11 Mooltodnt Stoie by Weik tiy.Ippeci 92% 9)% Det4it Dst 12.11 Ott 19 23 9R% __:�1C0%. .. .. ••y. DK 26 rant f/1i Nk ra+ � ra i nrK .tn.wnron .. Figure S.Customer quality Reporting Sample Proposal Response 14 February 202O Use ar disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal Vendor Services Agreement Exhibit A Page 25 of 33 EXHIBIT B PRICE SCHEDULE • BUSINESS SERVICES "N ANTONIO Fort Worth Call Center Monitoring Services No.20-0060 Revised Exhibit A Payment Schedule Swvks Nscri Lion Cost Creation or Performance Creation of the scripts and skin $1.600 Evaluation Scoring System requirements for the call types to be Ona-Time fee evaluated Banchriark calls and One-trine Benchmark for Graffiti and evaluations Forestry calls for the year with the 5332 for 30 calls evaluations Total 30 calls Monthty evaluated calls Online webeAe access for the audio and evaluations recording of the CFW provided graded real caIt(45 calls)and S750 pet month "The City has the option the secret shopper call(9 calls)rnade by of having some calls made vendor, Covers up to 100 calls In Spanish ailhough the Scored performance evaluation,on-line NO additional charge for evaluations will be in access to calls results and reporting are Spanish calls English Included Total 53 calls per month. Training Onetime Classroom Training on-site to roll out 2 new scripts(IS(eps) MO for one-day session A trainer Total before options $11.912 Per Year On-site coaching The City has the option of partnering the options classroom training Mth skfe-by side coacNn Webnars The webinar content includes introduction of a scripl(s).what the $215 per irrteraolive One Hour customer service repiesentative is Webinar required to do,education on the right procedures,answers to common "Max participants 20 per questions and role-play session" Cost perwebrnar Coaching One-on-one eoactiEng over the phone for anyone who may be struggling or now $13 40 pet 30 minute session employees who come onboard Costar 30 mirmes 945 per hour consulting Additional Consulting or Anything requested above and beyond services Reporting the Scope of Services S40 per low for advance reporting "note—mosl reporting requremen>ts covered under standard services•• Total Options Estimate $4,992 per year (est.one wabinar and 16 coaching sessions per month Project Esdrrlatad Total $18,904 psi year Vendor Services Agreement—Exhibit B Page 26 of 33 City Secretary Contract No. EXHIBIT C MILESTONE ACCEPTANCE FORM Services Delivered: Creation of scripts and skills requirements for the call types to be evaluated Milestone i Deliverable Ref.#: 01 Milestone/ Deliverable Name: Creation of Evaluation Scoring System Unit Testing Completion Date: Milestone/Deliverable Target Completion Date: 30 Days ARO Milestone/Deliverable Actual Completion Date: Approval Date: Comments(if needed): Approved by`Vendor: Approved by City Department Director: Signature: Signature: Printed Name: Printed Name: Title: Title: Date: Date: For Director Use Only Contracted Payment Amount: Adjustments,including penalties: Approved Payment Amount: Vendor Services Agreement-Technology-Exhibit C Page 27 of 33 City Secretary Contract No. MILESTONE ACCEPTANCE FORM Services Delivered: One-time Benchmark for Graffiti and Forestry calls for the year with the evaluations.Total 30 calls. Milestone/Deliverable Ref.#: 02 Milestone/Deliverable Name: Benchmarks Calls and Evaluations Unit Testing Completion Date: Milestone/Deliverable Target Completion Date: 30 Days ARO Milestone/Deliverable Actual Completion Date: _ Approval Date: Comments(if needed): Approved by Vendor: Approved by City Department Director: Signature: Signature: Printed Name: i� Printed Name: Title: Title: Date: Date: For Director Use Only Contracted Payment Amount: Adjustments,including penalties: Approved Payment Amount: Vendor Services Agreement Technology—Exhibit C Page 28 of 33 City Secretary Contract No. MILESTONE ACCEPTANCE FORM Services Delivered: One-time Classroom Training on-site to roll out 2 new scripts(15 reps) 1 trainer Milestone/Deliverable Ref.#: 03 Milestone I Deliverable Name: One-Time End User Training Unit Testing Completion Date: Milestone l Deliverable Target Completion Date: 30 Days ARO Milestone I Deliverable Actual Completion Date: Approval Date: _ Comments (if needed): Approved by Vendor: Approved by City Department Director: Signature: Signature: Printed Name: Printed Name: Title: Title: Date: Date: For Director Use Only Contracted Payment Amount: Adjustments,including penalties: Approved Payment Amount: Vendor Services Agreement Technology Exhibit C Page 29 of 33 City Secretary Contract No. EXHIBIT D NETWORK ACCESS AGREEMENT 1. The Network. The City owns and operates a computing environment and network (collectively the "Network"). Vendor wishes to access the City's network in order to provide description of services. In order to provide the necessary support, Vendor needs access to description of specific Network systems to which Vendor requires access, i.e.Internet,Intranet,email, HEAT System,etc. 2. Grant of Limited Access.Vendor is hereby granted a limited right of access to the City's Network for the sole purpose of providing description of services. Such access is granted subject to the terms and conditions forth in this Agreement and applicable provisions of the City's Administrative Regulation D-7 (Electronic Communications Resource Use Policy), of which such applicable provisions are hereby incorporated by reference and made a part of this Agreement for all purposes herein and are available upon request. 3. Network Credentials.The City will provide Vendor with Network Credentials consisting of user IDs and passwords unique to each individual requiring Network access on behalf of the Contractor. Access rights will automatically expire one(1)year from the date of this Agreement. If this access is being granted for purposes of completing services for the City pursuant to a separate contract,then this Agreement will expire at the completion of the contracted services, or upon termination of the contracted services, whichever occurs first. This Agreement will be associated with the Services designated below. 3.1. Services are being provided in accordance with City Secretary Contract No. Contract No.; 3.2. Services are being provided in accordance with City of Fort Worth Purchase Order No. PSK No.; 3.3. Services are being provided in accordance with the Agreement to which this Access Agreement is attached. 3.4. No services are being provided pursuant to this Agreement. 4. Renewal. At the end of the first year and each year thereafter, this Agreement may be renewed annually if the following conditions are met: 4.1. Contracted services have not been completed; 4.2. Contracted services have not been terminated; and 4.3. Within the thirty (30) days prior to the scheduled annual expiration of this Agreement, the Vendor has provided the City with a current list of its officers, agents, servants, employees or representatives requiring Network credentials. Notwithstanding the scheduled contract expiration or the status of completion of services, Vendor shall provide the City with a current list of officers,agents,servants, employees or representatives that require Network credentials on an annual basis.Failure to adhere to this requirement may result in denial of access to the Network and/or termination of this Agreement. 5. Network Restrictions. Contractor officers,agents,servants,employees or representatives may not share the City-assigned user IDs and passwords. Vendor acknowledges,agrees and hereby gives its authorization to the City to monitor Contractor's use of the City's Network in order to ensure Contractor's compliance with this Agreement. A breach by Contractor, its officers, agents, servants, employees or representatives,of this Agreement and any other written instructions or guidelines that the City provides to Vendor pursuant to this Agreement shall be grounds for the City immediately to deny Vendor access to the Vendor Services Agreement-Technology-Exhibit D Page 30 of 33 City Secretary Contract No. Network and Contractor's Data,terminate the Agreement,and pursue any other remedies that the City may have under this Agreement or at law or in equity. 5.1. Notice to Vendor Personnel—For purposes of this section,Vendor Personnel shall include all officers, agents, servants, employees, or representatives of Contractor. Vendor shall be responsible for specifically notifying all Vendor Personnel who will provide services to the City under this agreement of the following City requirements and restrictions regarding access to the City's Network: 5.1.1. Contractor shall be responsible for any City-owned equipment assigned to Vendor Personnel, and will immediately report the loss or theft of such equipment to the City; 5.1.2. Contractor, and/or Vendor Personnel, shall be prohibited from connecting personally-owned computer equipment to the City's Network; 5.1.3, Contractor Personnel shall protect City-issued passwords and shall not allow any third party to utilize their password and/or user ID to gain access to the City's Network; 5.1.4. Contractor Personnel shall not engage in prohibited or inappropriate use of Electronic Communications Resources as described in the City's Administrative Regulation D7; 5.1.5. Any document created by Vendor Personnel in accordance with this Agreement is considered the property of the City and is subject to applicable state regulations regarding public information; 5.1.6. Contractor Personnel shall not copy or duplicate electronic information for use on any non-City computer except as necessary to provide services pursuant to this Agreement; 5.1.7. All network activity may be monitored for any reason deemed necessary by the City;and 5.1.5. A Network user ID may be deactivated when the responsibilities of the Vendor Personnel no longer require Network access 6. Termination. In addition to the other rights of termination set forth herein, the City may terminate this Agreement at any time and for any reason with or without notice,and without penalty to the City.Upon termination of this Agreement,Vendor agrees to remove entirely any client or communications software provided by the City from all computing equipment used and owned by the Contractor,its officers, agents,servants, employees and/or representatives to access the City's Network. 7. Information Security.Vendor agrees to make every reasonable effort in accordance with accepted security practices to protect the Network credentials and access methods provided by the City from unauthorized disclosure and use.Vendor agrees to notify the City immediately upon discovery of a breach or threat of breach which could compromise the integrity of the City's Network, including but not limited to, theft of Contractor-owned equipment that contains City-provided access software, termination or resignation of officers, agents, servants, employees or representatives with access to City-provided Network credentials,and unauthorized use or sharing of Network credentials. (signature page follows) ACCEPTED AND AGREED: Vendor Services Agreement Technology Exhibit D Page 31 of 33 City Secretary Contract No. CITY OF FORT WORTH: GOODWILL INDUSTRIES OF SAN ANTONIO—BUSINESS SERVICES: Via► )Psi s T. CG ,per-. Name: /tt,~./CGe ✓v Assistant City Manager Title: ���j , dt•uf lC�w Date: — Date: APPROVED AS TO FORM AND LEGALITY: By: - Jolan B, Strong Assistant City Attorney ATTEST: PIP By: Secretary N . 11 F•• ft City Secretary k � f Vendor Services Agreement—Technology—Exhibit D Page 32 of 33 City Secretary Contract No. EXHIBIT E VERIFICATION OF SIGNATURE AUTHORITY Goodwill Industries of San Antonio-Business Services 33701 Nacogdoches,Suite 150 San Antonio,TX 78217 Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind the Vendor and to execute any agreement,amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Company. The City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor.Vendor will submit an updated Form within ten(10) business days if there are any changes to the signatory authority. The City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by the Vendor. 1. Name: rrsk 60"'4.C2 Position; Signature 2. Name; Position: Signature 3. Name: Position: Signature Name: /y(,g.>�l� /u �/��C.Lr,{✓ Signature of President/CCO Other Title: Date: l7 �' ZD Vendor Services Agreement—Technology Exhibit E Page 33 of 33