HomeMy WebLinkAboutContract 52679-A10CSC No. 52679-A10
TENTH AMENDMENT AND FIRST EXTENSION
TO
CITY OF FORT WORTH CONTRACT 52679
This Tenth Amendment and First Extension to City Secretary Contract 52679 is
entered into by and between the City of Fort Worth ("City"), a home rule municipality, with its
principal place of business at 100 Fort Worth Trail, Fort Worth, Texas, and immixTechnology,
Inc. ("Vendor"), a Virginia corporation. City and Vendor are each individually referred to herein
as a "party" and collectively referred to as the "parties."
WHEREAS, on August 14, 2019, the parties entered into City Secretary Contract 52679
for Vendor to provide Professional Services, Software, and Maintenance for the Public Safety
Payroll Solution Project ("Agreement"), utilizing that certain cooperative agreement DIR-TSO-
4315, entered into by the Texas Department of Information Resources and the Vendor
("Underlying Cooperative Agreement"); and
WHEREAS, on September 17, 2024, the Fort Worth City Council, through Mayor and
Council Communication ("M&C")24-0802, authorized the City to continue procuring equipment
and services from Immix Technology on terms substantially similar to the original, should the
Underlying Cooperative Agreement be replaced or extended; and
WHEREAS, on December 9, 2024, the parties executed the Ninth Amendment and Fifth
Renewal to the Agreement to increase the annual amount by $100,000.00 and to renew the
Agreement for a one-year term to begin on January 1, 2025 and end on December 31, 2025; and
WHEREAS, on May 29, 2025, the Underlying Cooperative Agreement expired; and
WHEREAS, the Parties now wish to amend the Agreement to incorporate the terms of
DIR-CPO-5688, the successor cooperative agreement to DIR-TSO-4315, ("Successor Cooperative
Agreement"), and align the renewal terms with the renewal dates, as provided by the Successor
Cooperative Agreement; and
WHEREAS, the Parties now wish to extend the term of the Agreement through May 14,
2026.
NOW, THEREFORE, the parties, acting herein by the through their duly authorized
representatives, enter into the following agreement:
I.
AMENDMENTS
1. The Successor Cooperative Agreement is attached hereto and incorporated herein
by reference for all purposes. The Underlying Cooperative Agreement, which is attached as
Exhibits B and G, shall be effective subject to the Renewal Terms as provided herein. The
Successor Cooperative Agreement, attached as Exhibits B-1 and G-1, shall become effective as
provided herein.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
2. The Agreement is hereby amended to include Exhibit F-8, Quote No. QUO-
1533642-L2Z4W3, attached to this Tenth Amendment and First Extension, as an exhibit to this
Agreement.
3. The Agreement is hereby amended to repeal and replace Section II of the Ninth
Amendment and Fifth Renewal, to be and read as follows:
The Agreement is hereby renewed for a Renewal Term beginning January 1, 2025 and
ending on May 14, 2025.
4. The Agreement is hereby amended to extend the term of the Agreement for one extension
term ("Extension Term"), which shall begin on May 15, 2025 and end on May 14, 2026. The terms
of the Successor Cooperative Agreement shall become effective in conjunction with the Extension
Term.
III.
MISCELLANEOUS
All other terms, provisions, conditions, covenants and recitals of the Agreement not
expressly amended herein shall remain in full force and effect
IV.
ALL OTHER TERMS SHALL REMAIN THE SAME
All other terms, provisions, conditions, covenants and recitals of said Agreement not
expressly amended herein shall remain in full force and effect.
V.
ELECTRONIC SIGNATURE
This Amendment may be executed in multiple counterparts, each of which shall be
original, and all of which shall constitute one and the same instrument. A facsimile copy or
computer image, such as a PDF or tiff image, or a signature, shall be treated as and shall have the
same effect as an original.
[Signature Page Follows]
Tenth Amendment and Sixth Renewal to Fort Worth City Secretary Contract No. 52679 Page 2 of 6
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By: DI Gi� o (Aug 26, 202519:37:57 CDT)
Name: Dianna Giordano
Title: Assistant City Manager
Date: 08/26/2025
APPROVAL RECOMMENDED:
By:
Name: Kevin Gunn
Title: Director, IT Solutions Department
ATTEST:
By:
Name: Jannette Goodall
Title: City Secretary
VENDOR:
immixTechnology, Inc.
By: %e Outa��
Name:Te iy Outsama
nn4
as P FORr paad
0
PV8 °td
as°4�n�oagb4
Title: S u p p l i e r M a n a g e r
Date:
08/21 /25
CONTRACT COMPLIANCE
MANAGER:
By signing I acknowledge that I am the
person responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
By:
Name: David Zellmer
Title: Sr. IT Solutions Manager
APPROVED AS TO FORM AND
LEGALITY:
M. Kevin Anders,11
By: M. Kevin Anders, Il(Aug 26,202510:40:06 COT)
Name: M. Kevin Anders, II
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 24-0802
Approval Date: 09/17/2024
Form 1295: 2023-1086843
ATTEST:
By:
Name:
Title:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Tenth Amendment and Sixth Renewal to Fort Worth City Secretary Contract No. 52679 Page 3 of 6
Exhibit B-1
DIR-CPO-5688 Pricing Index
(Attached)
Tenth Amendment and Sixth Renewal to Fort Worth City Secretary Contract No. 52679 Page 4 of 6
jApryse SaaS and Software Agile Developer Tools Solution 2.00%
Black Kite SaaS / Third Party Cyber Risk Management Platform Software Solution
Blue Prism Software / Robotic Process Automation (RPA) Platform Solution
Bluescape Software / A visual collaboration platform Solution (note: Bulk user packages
minimum number of users is 500 and above)
Blueshift Software / An AI -powered, cross -channel marketing platform Solution
Check Point SaaS / Cyber Security Solutions for networks, clouds, and workspaces.
5.00%
4.00%
21.02%
7.55%
2.07%
Check Point
Software / Cyber Security Solutions for networks, clouds, and workspaces.
20.08%
Software / Application for Security Platform that helps enterprises secure
Checkmarx
4.00%
applications from code to cloud solution.
Cigent
SaaS / Cyber Security Solutions.
4.00%
Cigent
Software / Cyber Security Solutions.
5.00%
SaaS / Software To publish virtual Windows applications, desktops and
Citrix
15.00%
resources to remote users.
Coupa
SaaS and Software/ Lifecycle Agile Operations Management
5.00%
SaaS Per user Subscriptions Training Solution software (Minimum number of
Coursera
Users License is 126) Additional Discount Package Available based on number
5.35%
of Users.
Hexagon
SaaS / Data Management and Optimization processes
15.00%
Software /Data Management and Optimization processes plus connect the
Hexagon
35.00%
physical and digital environments Solutions.
Psychosocial Security Awareness Training and Phishing Platform Subscription
Hook Security
6.00%
(*Minimum Users requirement based on configuration)
iStorage
Software / Authentication and encryption data solution
8.67%
SaaS / Workforce management and human capital management (HCM)
Kronos (UKG)
0.69%
solutions.
Software /Workforce management and human capital management (HCM)
Kronos (UKG)
19.17%
solutions.
Lantronix
Software/ Remote networking and management solution
3.00%
SaaS and Software / Comprehensive security solution that helps organizations
LogRhythm
10.00%
manage logs, detect threats, and respond to incidents
SaaS and Software / A storing, organizing, and managing data Software
MariaDB
2.00%
Solution
Software/ Planning, Deploying, Validating, monitoring, and troubleshooting
NetAlly
15.00%
wire and wireless networks.
NetApp
Software / Data Management Software Licenses
18.00%
NetApp SaaS / Data Management Software Subscriptions 2.65%
Netreo
SaaS and Software / Infrastructure and Network Monitoring solution
2.00%
Software / A network and application performance monitoring, security
NetScout
11.31
visibility, and threat detection solution
SaaS / A network and application performance monitoring, security visibility,
NetScout
2.10%
and threat detection solution
SaaS and Software / Seamless application management across various
Nutanix
8.00%
environments solution
Open Text
Software / Information Management Solution
11.30%
Open Text SaaS / Information Management Solution 1.00%
Palo Alto Networks SaaS and Software - Integrated Internet Security Solutions 15.00%
PegaSystems Software / Business and Customer Relationship Management Solution 10.00%
Precisely
Software / Data Management Solution
25.00%
ProCORE
SaaS or Software Construction Management Software
4.00%
ProLion
SaaS and Software / Proactive Data Protection Solutions
5.71%
Qumulo
Software / File Data Management Solution
2.00%
SaaS and Software / Network security risk analytics and CyberTerrain Analytics
RedSeal
20.20%
Solution
Relativity
SaaS and Software / Data Management and Analysis Solution
5.00%
SaaS and Software / Endpoint management, security, and compliance for
Tanium
13.26%
Digital Assets solution
SaaS and Software / Comprehensive Cybersecurity and Exposure Management
Tenable
4.00%
Solution
Thales
SaaS and Software / Cybersecurity and Digital Identity Management Solutions
2.00%
vBrick
SaaS and Software / Video Management Solutions
17.01%
VEEAM
SaaS and Software / Data Back -Up and Replication Solution
10.66%
Virsec
Software / Run time Defense and Application Protection Workload Solution
10.00%
Hardware and Hardware sales to be as Needed in order to finalized Turnkey Solution
Hardware packages for Customers.
Maintenance for all *Note: In the event vendor's hardware cost 2.00%
brands is a pass through to the Customer the
hardware will have a 0% discount.
Hardware will be sold with Software as part of a Turnkey Solution.
Stand alone of Hardware sales are not Allowed under this contract.
Blue Prism
Agile Operations - Technical Support Packages Configurations
4.00%
Check Point
Technical Maintenance and Support packages
2.07%
Checkmarx
Professional Services, Technical Maintenance and Support packages
2.00%
Cigent
Secure Solid -State Drive (SSD) Storage protection solution services
2.00%
Citrix
Maintenance and Technical Support Packages (Standard, Gold, Platinum etc..)
10.00%
Coupa
Maintenance, Support and Training packages available.
2.00%
Software Maintenance and Technical Support Packages (Standard, Gold,
Kronos (UKG)
18.69%
Platinum etc..)
Kronos (UKG)
Implementation Services
15.46%
Kronos (UKG)
Training
15.88%
LogRhythm
Maintenance and Support Services Packages
10.00%
MariaDB
Training
2.00%
MariaDB
Maintenance and Support
2.00%
NetAlly
AIIyCare Support Packages
18.00%
NetApp
Technical and Technology Consulting Services
18.00%
NetApp
Maintenance and Support
2.65%
Netreo
Advanced Implementation (Price calculated 35% of total cost of Subscription)
NA
Netreo Basic Implementation (25% of Product subscription cost) NA
Remote Installation Support Services for Classified Environments (15% of
Netreo
NA
Product subscription cost)
Trusted Advisor Services for $0-$100K license cost (25% of base Product subscription
Netreo
cost)
NA
Trusted Advisor Services for $100K-$1M license cost (20% of base Product
Netreo
subscription cost)
NA
Trusted Advisor Services for more than $1M license cost (15% of base Product
Netreo
subscription cost)
NA
Netreo
Services based on customized package (Does not include core software customization)
1.00%
Netreo
Training
5.76%
NetScout
Maintenance and Support Service Packages
9.03%
NetScout
Training plus Technical and Technology Consulting Services
2.10%
Nutanix
Software Maintenance and Support Packages
8.00%
Nutanix
Training plus Technical / Professional and Technology Consulting Services
8.00%
Training plus Technical Support Professional and Technology Consulting
Open Text
°
1.00 /°
Services
Open Text
Forensic and Recovery Services
2.00%
Open Text
Software Maintenance and Support Packages
11.30%
Training plus Technical Support Professional and Technology Consulting
Palo Alto Networks
3.40%
Services
Palo Alto Networks
Software Maintenance Customer Support Packages
10.00%
Maintenance and Support, Training plus Technical Support Professional and
PegaSystems
10.00%
Technology Consulting Services
Precisely
Annual Maintenance and Support
25.00%
ProCORE
ProLion
Qumulo
RedSeal
RedSeal
Relativity
Tanium
Tanium
Maintenance and Support, Training plus Technical Support Professional and
Technology Consulting Services
Technical Support Professional and Technology Consulting Services
Maintenance and Support, Training plus Technical Support Professional and
Technology Consulting Services
Training, Technical Support Professional and Technology Consulting Services
Software Maintenance and Support Packages
Maintenance and Support, Training plus Technical Support Professional and
Technology Consulting Services
Software Maintenance and Support
Technical Support Professional and Technology Consulting Services, which
includes We -Based Training
4.00%
5.71 %
2.00%
6.50%
10.70%
5.00%
13.26%
4.00%
Tenable
Maintenance and Support
4.00%
Technical Support Professional and Technology Consulting Services and
Tenable
4.00%
Training
Maintenance Support Technical Support
Professional and Technology
Thales
2.00%
Consulting Services and Training
Maintenance Support Technical Support
Professional and Technology
vBrick
17.01
Consulting Services and Training
Maintenance Support, Technical Support,
Professional and Technology
VEEAM
3.00%
Consulting Services and Training
Maintenance Support, Technical Support,
Professional and Technology
Virsec
10.00%
Consulting Services and Training
The following Software Professional Services are Services to be Performed by the Prime Vendor/or Its
authorized Resellers, which are not covered by the Manufacturer Related Services listed above.
All Brands Software Related - Managed Services 2.00%
All Brands Educational Services 2.00%
All Brands Installation & De -Installation 2.00%
All Brands Product Configuration 2.00%
All Brands Maintenance and Technical Support 2.00%
All Brands Project Management 2.00%
All Brands Licensing Management Services 2.00%
All Brands Licensing Compliance Services 2.00%
All Brands Product Training 2.00%
All Brands Implementation Support 2.00%
Technical Services not otherwise listed above
All Brands 2.00%
(Services provided must be within the Scope of the RFO)
Services not covered under this RFO scope are: Cloud Hosting, Development, Cloud Broker and Cloud
Assessment Services, Customization of Core Software, Professional or Consulting services as defined in
Chapter 2254 of the Texas Government Code.
E -
0
Turnkey Solutions packages to be configured based on customer requirements including, but not Discount will be
limited to, Software, Hardware and Services as listed above. at the Line Item
Level
On -Site Services Travel expenses will be billed separately in accordance with Exhibit A DIR Standard Terms
and Conditions Section 8.5 Travel Expense Reimbursement
NOTE: Vendor's quote to DIR Customers shall include the Administrative Fee. The fee will be added to the Firm
Fixed Price and/or MSRP after the DIR Discount % off MSRP is applied.
Exhibit G-1
DIR Contract No. DIR-CPO-5688
(Attached)
Tenth Amendment and Sixth Renewal to Fort Worth City Secretary Contract No. 52679 Page 5 of 6
DIR Contract No. DIR-CPO-5688
IMMIXTECHNOLOGY, INC. - 541912608
STATE OF TEXAS
DEPARTMENT OF INFORMATION RESOURCES
CONTRACT FOR PRODUCT, SERVICES, AND RELATED SERVICES
IMMIXTECHNOLOGY, INC.
1 INTRODUCTION
1.1 Parties
This contract for Software, Commercial Off -the -Shelf (COTS) and Related Services (this
"Contract") is entered into between the State of Texas, acting by and through the
Department of Information Resources (hereinafter "DIR") with its principal place of
business at 300 West 15th Street, Suite 1300, Austin, Texas 78701, and
IMMIXTECHNOLOGY, INC. a Virginia For -Profit Corporation (hereinafter "Successful
Respondent"), with its principal place of business at 8444 Westpark Drive, Suite 200
McLean, Virginia 22102.
1.2 Compliance with Procurement Laws
This Contract is the result of compliance with applicable procurement laws of the State
of Texas. DIR issued a solicitation on the Comptroller of Public Accounts' Electronic State
Business Daily, Request for Offer (RFO) DIR-CPO-TMP-570, on February 2, 2023, for
Software, Commercial Off -the -Shelf (COTS) and Related Services (the "RFO"). Upon
execution of all Contracts, a notice of award for DIR-CPO-TMP-570, shall be posted by
DIR on the Electronic State Business Daily.
1.3 Order of Precedence
A. For transactions under this Contract, the order of precedence shall be as follows:
1. this Contract;
2. Appendix A, Standard Terms and Conditions;
3. Appendix B, Successful Respondent's Historically Underutilized Businesses
Subcontracting Plan;
4. Appendix C, Pricing Index;
5. Exhibit 1, RFO DIR-CPO-TMP-570, including all Addenda; and
6. Exhibit 2, Successful Respondent's Response to RFO DIR-CPO-TMP-570,
including all Addenda.
DIR Contract No. DIR-CPO-5688
IMMIXTECHNOLOGY, INC. — 541912608
B. Each of the foregoing documents is hereby incorporated by reference and
together constitute the entire agreement between DIR and Successful
Respondent.
1.4 Definitions
Capitalized terms used but not defined herein have the meanings given to them in
Appendix A, Standard Terms and Conditions.
2 TERM OF CONTRACT
The initial term of this Contract shall be up to two (2) years commencing on the date of
the last signature hereto (the "Initial Term"), with one (1) optional two-year renewal and
two (2) optional one-year renewals (each, a "Renewal Term"). Prior to expiration of the
Initial Term and each Renewal Term, this Contract will renew automatically under the
same terms and conditions unless either party provides written notice to the other party
at least sixty (60) days in advance of the renewal date stating that the party wishes to
discuss amendment or non -renewal.
3 OPTION TO EXTEND
Successful Respondent agrees that DIR may require continued performance under this
Contract at the rates specified in this Contact following the expiration of the Initial Term
or any Renewal Term. This option may be exercised more than once, but the total
extension of performance hereunder shall not exceed ninety (90) calendar days. Such
extension of services shall be subject to the requirements of the Contract, with the sole
and limited exception that the original date of termination shall be extended pursuant
to this provision. DIR may exercise this option upon thirty (30) calendar days written
notice to the Successful Respondent.
4 PRODUCT AND SERVICE OFFERINGS
Products and services available under this Contract are limited to the technology
categories defined in Request for Offer DIR-CPO-TMP-570 for Software, Commercial
Off -the -Shelf (COTS) and Related Services. At DIR's sole discretion, Successful
Respondent may incorporate changes or make additions to its product and service
offerings, provided that any changes or additions must be within the scope of the RFO.
DIR-CPO-TMP-570 Page 2 of 10
Version 1.0
Rev. 3/21 /23
DIR Contract No. DIR-CPO-5688
IMMIXTECHNOLOGY, INC. - 541912608
5 PRICING
5.1 Pricing Index
Pricing to Customers shall be as set forth in Appendix C, Pricing Index, and shall
include the DIR Administrative Fee (as defined below).
5.2 Customer Discount
A. The minimum Customer discount for all products and services will be the
percentage off List Price (as defined below) or MSRP (as defined below), as
applicable, as specified in Appendix C, Pricing Index. Successful Respondent
shall not establish a List Price or MSRP for a particular solicitation. For purposes
of this Section, "List Price" is the price for a product or service published in
Successful Respondent's price catalog (or similar document) before any discounts
or price allowances are applied. For purposes of this Section, "MSRP," or
manufacturer's suggested retail price, is the price list published by the
manufacturer or publisher of a product and available to and recognized by the
trade.
B. Customers purchasing products or services under this Contract may negotiate
additional discounts with Successful Respondent. Successful Respondent and
Customer shall provide the details of such additional discounts to DIR upon
request.
C. If products or services available under this Contract are provided at a lower price
to: (i) an eligible Customer who is not purchasing those products or services
under this Contract, or (ii) to any other customer under the same terms and
conditions provided for the State for the same products and services under this
contract, then the price of such products and services under this Contract shall be
adjusted to that lower price. This requirement applies to products or services
quoted by Successful Respondent for a quantity of one (1), but does not apply to
volume or special pricing purchases. Successful Respondent shall notify DIR
within ten (10) days of providing a lower price as described in this Section, and
this Contract shall be amended within ten (10) days to reflect such lower price.
5.3 Changes to Prices
A. Subject to the requirements of this section, Successful Respondent may change
the price of any product or service upon changes to the List Price or MSRP, as
DIR-CPO-TMP-570 Page 3 of 10
Version 1.0
Rev. 3/21 /23
DIR Contract No. DIR-CPO-5688
IMMIXTECHNOLOGY, INC. — 541912608
applicable. Discount levels shall not be subject to such changes, and will remain
consistent with the discount levels specified in this Contract.
B. Successful Respondent may revise its pricing by publishing a revised pricing list,
subject to review and approval by DIR. If DIR, in its sole discretion, finds that the
price of a product or service has been increased unreasonably, DIR may request
that Successful Respondent reduce the pricing for the product or service to the
level published before such revision. Upon such request, Successful Respondent
shall either reduce the pricing as requested, or shall remove the product or
service from the pricing list for this Contract. Failure to do so will constitute an act
of default by Successful Respondent.
5.4 Shipping and Handling
Prices to Customers shall include all shipping and handling fees. Shipments will be Free
On Board Customer's Destination. No additional fees may be charged to Customers for
standard shipping and handling. If a Customer requests expedited or special delivery,
Customer will be responsible for any additional charges for expedited or special delivery.
5.5 Travel Expenses
Pricing for services provided under this Contract are exclusive of any travel expenses
that may be incurred in the performance of such services. Travel expense
reimbursement may include personal vehicle mileage or commercial coach
transportation, hotel accommodations, parking, and meals; provided, however, the
amount of reimbursement by Customers shall not exceed the amounts authorized for
state employees as adopted by each Customer; and provided, further, that all
reimbursement rates shall not exceed the maximum rates established for state
employees under the current State Travel Management Program. Travel time may not
be included as part of the amounts payable by Customer for any services provided
under this Contract. The DIR Administrative Fee is not applicable to travel expense
reimbursement. Anticipated travel expenses must be pre -approved in writing by the
Customer. The Customer reserves the right not to pay travel expenses which are not
pre -approved in writing by the Customer.
DIR-CPO-TMP-570 Page 4 of 10
Version 1.0
Rev. 3/21 /23
DIR Contract No. DIR-CPO-5688
IMMIXTECHNOLOGY, INC. — 541912608
6 DIR ADMINISTRATIVE FEE
A. Successful Respondent shall pay an administrative fee to DIR based on the dollar
value of all sales to Customers pursuant to this Contract (the "DIR Administrative
Fee"). The amount of the DIR Administrative Fee shall be seventy-five hundredths
of a percent (0.75%) of all sales, net of returns and credits. For example, the
administrative fee for sales totaling $100,000 shall be $750.
B. All prices quoted to Customers shall include the DIR Administrative Fee. DIR
reserves the right to increase or decrease the DIR Administrative Fee during the
term of this Contract, upon written notice to Successful Respondent without
amending this Contract. Any increase or decrease in the DIR Administrative Fee
shall be incorporated in the price to Customers.
7 INTERNET ACCESS TO CONTRACT AND PRICING INFORMATION
In addition to the requirements listed in Appendix A, Section 7.2, Internet Access to
Contract and Pricing Information, Successful Respondent shall include the following
with its webpage:
A. A current price list or mechanism to obtain specific contract pricing;
B. MSRP/list price or DIR Customer price;
C. Discount percentage (%) off MSRP or List Price;
D. Warranty policies;
E. Return policies;
F. A link to DIR's list of TX -RAMP certified Cloud Products; and
G. A link to Service Level Agreements for each SaaS product awarded, which at a
minimum, shall include metrics and method for calculating and reporting results,
fo r:
service availability;
ii. recovery time objectives; and
iii. data loss tolerance levels (also known as recovery point objectives).
DIR-CPO-TMP-570 Page 5 of 10
Version 1.0
Rev. 3/21 /23
DIR Contract No. DIR-CPO-5688
IMMIXTECHNOLOGY, INC. — 541912608
8 USE OF ORDER FULFILLERS
8.1 Authorization to Use Order Fulfillers
Subject to the conditions in this Section 8, DIR agrees to permit Successful Respondent
to utilize designated order fulfillers to provide products, services, and support resources
to Customers under this Contract ("Order Fulfillers").
8.2 Designation of Order Fulfillers
A. Successful Respondent may designate Order Fulfillers to act as the distributors
for products and services available under this Contract. In designating Order
Fulfillers, Successful Respondent must be in compliance with the State's Policy on
Utilization of Historically Underutilized Businesses. DIR and Successful
Respondent will agree on the number of Order Fulfillers that are Historically
Underutilized Businesses as defined by the CPA.
B. In addition to the required Subcontracting Plan, Successful Respondent shall
provide DIR with the following Order Fulfiller information: Order Fulfiller name,
Order Fulfiller business address, Order Fulfiller CPA Identification Number, Order
Fulfiller contact person email address and phone number.
C. DIR reserves the right to require Successful Respondent to rescind any Order
Fulfiller participation or request that Successful Respondent name additional
Order Fulfillers should DIR determine it is in the best interest of the State.
D. Successful Respondent shall be fully liable for its Order Fulfillers' performance
under and compliance with the terms and conditions of this Contract. Successful
Respondent shall enter into contracts with Order Fulfillers and use terms and
conditions that are consistent with the terms and conditions of this Contract.
E. Successful Respondent may qualify Order Fulfillers and their participation under
the Contract provided that: i) any criteria is uniformly applied to all potential
Order Fulfillers based upon Successful Respondent's established, neutrally
applied criteria, ii) the criteria is not based on a particular procurement, and iii) all
Customers are supported under the criteria.
F. Successful Respondent shall not prohibit any Order Fulfiller from participating in
other procurement opportunities offered through DIR.
DIR-CPO-TMP-570 Page 6 of 10
Version 1.0
Rev. 3/21 /23
DIR Contract No. DIR-CPO-5688
IMMIXTECHNOLOGY, INC. - 541912608
8.3 Changes in Order Fulfiller
Successful Respondent may add or remove Order Fulfillers throughout the term of this
Contract upon written authorization by DIR. Prior to adding or removing Order Fulfillers,
Successful Respondent must make a good faith effort to revise its Subcontracting Plan
in accordance with the State's Policy on Utilization of Historically Underutilized
Businesses. Successful Respondent shall provide DIR with its updated Subcontracting
Plan and the Order Fulfillers information listed above.
8.4 Order Fulfiller Pricing to Customer
Order Fulfiller pricing to the Customer shall be in accordance with Section 5.
9 NOTIFICATION
All notices under this Contract shall be sent to a party at the respective address
indicated below.
If sent to the State:
Lisa Massock or Successor in Office
Chief Procurement Officer
Department of Information Resources
300 W. 15t" St., Suite 1300
Austin, Texas 78701
Phone: (512) 475-4700
Email: Iisa.massockCcbdir.texas.aov
If sent to Successful Resoondent:
Billy Donnelly
Sales Director
IMMIXTECHNOLOGY, INC.
8444 Westpark Drive Suite 200
McLean, Virginia 22102
Phone: (703) 584-9747
Email: Billv.DonnellvC�immixarouD.com
DIR-CPO-TMP-570 Page 7 of 10
Version 1.0
Rev. 3/21 /23
DIR Contract No. DIR-CPO-5688
IMMIXTECHNOLOGY, INC. — 541912608
10 SOFTWARE LICENSE
10.1 Software License Agreement
A. Customers acquiring software licenses under this Contract shall hold, use, and
operate such software subject to compliance with the Software License
Agreement. Customer and Successful Respondent may agree to additional terms
and conditions that do not diminish a term or condition in the Software License
Agreement, or in any manner lessen the rights or protections of Customer or the
responsibilities or liabilities of Successful Respondent. Successful Respondent
shall make the Software License Agreement terms and conditions available to all
Customers at all times.
B. Compliance with the Software License Agreement is the responsibility of the
Customer. DIR shall not be responsible for any Customer's compliance with the
Software License Agreement.
11 CONFLICTING OR ADDITIONAL TERMS
A. The terms and conditions of this Contract shall supersede any additional
conflicting or additional terms in any additional service agreements, statement of
work, and any other provisions, terms, conditions, and license agreements,
including those which may be affixed to or accompany software upon delivery
(sometimes called shrink-wrap or click -wrap agreements), and any linked or
supplemental documents, which may be proposed, issued, or accepted by
Successful Respondent and Customer in addition to this Contract (such additional
agreements, "Additional Agreements"), regardless of when such Additional
Agreements are proposed, issued, or accepted by Customer. Notwithstanding the
foregoing, it is Customer's responsibility to review any Additional Agreements to
determine if Customer accepts such Additional Agreement. If Customer does not
accept such Additional Agreement, Customer shall be responsible for negotiating
any changes thereto.
B. Any update or amendment to an Additional Agreement shall only apply to
Purchase Orders for the associated product or service offering after the effective
date of such update or amendment; provided that, if Successful Respondent has
responded to a Customer's solicitation or request for pricing, any subsequent
DIR-CPO-TMP-570 Page 8 of 10
Version 1.0
Rev. 3/21 /23
DIR Contract No. DIR-CPO-5688
IMMIXTECHNOLOGY, INC. — 541912608
update or amendment to an Additional Agreement may only apply to a resulting
Purchase Order if Successful Respondent directly informs such Customer of such
update or amendment before the Purchase Order is executed.
C. Successful Respondent shall not require any Additional Agreement that: i)
diminishes the rights, benefits, or protections of Customer, or that alters the
definitions, measurements, or method for determining any authorized rights,
benefits, or protections of Customer; or ii) imposes additional costs, burdens, or
obligations upon Customer, or that alters the definitions, measurements, or
method for determining any authorized costs, burdens, or obligations upon
Customer.
D. If Successful Respondent attempts to do any of the foregoing, the prohibited
documents will be void and inapplicable to this Contract or the Purchase Order
between Successful Respondent and Customer, and Successful Respondent will
nonetheless be obligated to perform such Purchase Order without regard to the
prohibited documents, unless Customer elects instead to terminate such
Purchase Order, which in such case may be identified as a termination for cause
against Successful Respondent.
12 AUTHORIZED EXCEPTIONS TO APPENDIX A, STANDARD TERMS AND
CONDITIONS
No exceptions have been agreed to by DIR and Successful Respondent.
(Remainder of this page intentionally left blank.)
DIR-CPO-TMP-570 Page 9 of 10
Version 1.0
Rev. 3/21 /23
DIR Contract No. DIR-CPO-5688
IMMIXTECHNOLOGY, INC. - 541912608
This Contract is executed to be effective as of the date of last signature.
IMMIXTECHNOLOGY, INC.
Authorized By Signature on File
Name: Billy Donnelly
Title: Director of suppliers
Date: 5/13/2025 1 6:10 PM CDT
The State of Texas, acting by and through the Department of Information Resources
Authorized By Signature on File
Name: Lisa Massock
Title: Chief Procurement Officer
5/14/2025 1 5:02 PM CDT
Date:
Office of General Counsel: Initials on File
5/14/2025 1 4:57 PM CDT
Date:
DIR-CPO-TMP-570 Page 10 of 10
Version 1.0
Rev. 3/21 /23
Exhibit F-8
Quote No. QUO- 1533642-L2Z4W3
(Attached)
Tenth Amendment and Sixth Renewal to Fort Worth City Secretary Contract No. 52679 Page 6 of 6
immixTechnology, Inc.
a subsidiary of immixGroup
Sales Quotation
Kevin Gunn
City of Fort Worth
THE FORT WORTH POLICE DEPARTMENT
505 W FELIX ST
Fort Worth, TX 76115
PH: 817-392-2015
kPvin _ni inn0fortwnrthtexas_nnv
uotNumber: QUO-1533642-L2Z4W3
uotee Date: 6/27/2025
xPiration Date: 7/27/2025
'Manufacturer Quote #: Proj# 86782
anufacturer Ref #:
PLEASE REFERENCE THE FULL QUOTE IMMIX NUMBER - QUO -
ISSUED AGAINST THIS QUOTE
Contract No.: DIR-CPO-5688
CAGE Code:
3CA29
DUNS No.:
09-869-2374
TAX ID#:
54-1912608
Terms:
NET 30
FOB:
Destination
Order Address:
immixTechnology, Inc.
8444 Westpark Drive, Suite 200
McLean, VA 22102
PH: 703-752-0610 FX: 703-752-0611
rmixTechnology, Inc. Contact:
770-625-7661
Manufacturer Contact:
Stutts, Brian
Brian. Stutts d,immixgroup.com
- AND GOVERNMENT CONTRACT NUMBER ON ALL PURCHASE ORDERS
PLEASE DO NOT MAIL PURCHASE ORDERS VIA US POSTAL SERVICE. Please email purchase order to kronos@immixgroup.com.
Please include any tax-exempt certificates, where applicable.
Except as specifically amended by this Change Order, all other provisions of the relevant Service Work Order or Statement of Work (as applicable) remains un-
amended and in full force and effect.
The project duration has been extended for the CFW PD team through 2025. This is one of a few Change orders to cover the professional services hours. The follow
hours are to cover now through end of September 2025.
Additional change orders will be provided for remaining services for new go live in 2026.
Item
Part Number
Contract
Trans
Product Description
Qty
Price
Extended
Type
Price
1
9990057-PRO-SC
DIR-CPO-5688
SVC
PROFESSIONAL SERVICES - TELESTAFF - Solution
400
$180.0000
$72,000.00
Consultant (per hour)** TRUSTED PRODUCT **
2 I9990057-PRO-PM I DIR-CPO-5688 I SVC I PROFgEeS IION(per�AL ourSERVICES
- TER DUCT STAFF -*Project
Mana
Subject to the Terms and Conditions of Contract Number DIR-CPO-5688.
50 I $180.000Oj $9,000.0C
SERVICES $81,000.00
Grand Total $81,000.00
Taxes: Sales tax shall be added at the time of an invoice, unless a copy of a valid tax exemption or resale certificate is provided.
All Purchase Orders must include: End User Name, Phone Number, Email Address, Purchase Order Number, Government Contract Number, Our Quote
Number, Part Numbers, Bill -To and Ship -To Address (Cannot ship to a PO Box), Period of Performance (if applicable), and a Signature of a duly
Authorized Representative.
The identified line items are Trusted Products under the immixGroup Trusted Supplier Program.
immixGroup Trusted Supplier Program Policies, Commitments and Guarantees/Warranties can be obtained at:
http://www.immixgroup.com/uploadedFiles/Trusted-Supplier-Program_Guarantee-and-Warranty.pdf
All Pricing information is confidential Paae 1 of 1 Quote # QUO-1533642-L2Z4W3
ACITY COUNCIL AGEND
Create New From This M&C
Official site of the City of Fort Worth, Texas
FoRTWORTti
REFERENCE **M&C 24- 041MMIXTECHNOLOGY PUBLIC
DATE: 9/17/2024 NO.: 0802 LOG NAME: SAFETY PAYROLL SOLUTION
SOFTWARE
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize an Amendment to City Secretary Contract No. 52679 with
immixTechnology Inc. to Authorize an Increase to the Annual Contract Amount for
Professional Services, Software, and Maintenance for the Public Safety Payroll Solution
Project by $293,749.00 with a 10% Contingency Starting in Fiscal Year 2025, for an
Annual Total Not to Exceed $1,043,749.00 for the Information Technology Solutions
Department
RECOMMENDATION:
It is recommended that the City Council authorize an amendment to City Secretary Contract No.
52679 with immixTechnology Inc. using Cooperative Contract Texas Department of Information
Resources DIR-TSO-4315 for the Information Technology Solutions Department, this amendment will
authorize an increase to the annual contract amount for professional services, software, and
maintenance for the Public Safety Payroll Solution project by $293,749.00 with a 10\% contingency
starting in Fiscal Year 2025, for an annual total not to exceed $1,043,749.00 for Fiscal Year 2025 for
the Information Technology Solutions Department.
DISCUSSION:
This Mayor and Council Communication (M&C) requests authorization to execute a contract
amendment to City Secretary Contract (CSC) 52679, a purchase agreement with immixTechnology
Inc., using Cooperative Contract Texas Department of Information Resources (DIR) DIR-TSO-4315.
The purpose of this amendment is to add an increase in the authorization amount for software,
maintenance, and the associated professional services in an amount of $293,749.00 with a 10\%
contingency starting in Fiscal Year 2025. The annual contract amount will not to exceed
$1,043,749.00. This authorization ensures continued service of the technology licenses while the
Public Safety Payroll Solution project continues.
BACKGROUND:
On June 11, 2019, City Council approved M&C P-12339 authorizing a purchase agreement with
immixTechnology Inc. for Kronos Workforce TeleStaff software, professional services, support, and
maintenance using Cooperative Agreement Texas Department of Information Resources DIR-TSO-
4315 for a first -year amount of $462,120.19 and four renewal options for maintenance for $60,540.00
each year. CSC 52679 was executed August 19, 2019.
On September 28, 2021, City Council approved M&C 21-0732, authorizing a third amendment to CSC
52679. The purpose of the third amendment was to purchase and implement UKG Workforce
Dimensions software and to consolidate UKG Telestaff Enterprise software for the City's Police and
Fire Departments in the amount of $740,326.40 for implementation. Licensing and maintenance costs
were authorized for $490,284.60 annually, including two additional renewal terms for the same annual
amount. M&C 21-0732 approved the technology elements of the proposed public safety payroll
solution.
In February 2023, the Information Technology Solutions Department (IT Solutions) identified billing
errors associated with immixTechnology, Inc.'s invoices to the City. IT Solutions worked with the
vendor to resolve the identified billing issues and the parties mutually agreed to place any amounts
owed under the terms of the contract on hold ($450,000.00). The City and Vendor have since
resolved the outstanding billing issues. However, concurrent with the investigation, CSC No. 52679
expired. With the contract expired, the City is unable to release funds for the amount in arrears. This
M&C requests authorization to execute a contract amendment to CSC 52679 to renew the agreement
for an additional one-year term so that the City may pay the $450,000.00 mutually placed on hold.
Simultaneously, IT Solutions requests authorization to increase the contract amount by $200,000.00
annually for professional services to support the ongoing public safety payroll solution. The total cost
of the contract, including the UKG Workforce Dimensions and UKG Telestaff Enterprise software
licenses ($450,000.00 in arrears) and professional services ($198,000.00), will not exceed
$650,000.00 for Fiscal Year 2024. The one-year renewal term may increase by 3\% for the following
year.
On February 27, 2024, City Council approved M&C 24-0137 authorizing a contract amendment to
CSC 52679, to renew the contract for an additional one-year term and include an option for one
additional one-year renewal term. The amendment will also increase the authorization amount for the
associated professional services in an annual amount up to $200,000.00, for a total annual contract
amount of $650,000.00. The total cost of the contract, including the UKG Workforce Dimensions and
UKG Telestaff Enterprise software licenses ($450,000.00 in arrears) and professional services
($198,000.00), not to exceed $650,000.00 for Fiscal Year 2024. The one-year renewal term may
increase by 3\% for the following year.
On July 1, 2024, the City executed Amendment No. 07 for CSC 52679 to apply an administrative
increase in an amount not to exceed $100,000.00, for a new total annual contract amount of
$750,000.00.
COOPERATIVE PURCHASE: State law provides that a local government purchasing an item under a
cooperative purchase agreement satisfies State laws requiring that the local government seek
competitive bids for the purchase of the item. Cooperative contracts have been competitively bid to
increase and simplify the purchasing power of local government entities across the State of Texas.
SUCCESSOR CONTRACTS: In the event the DIR agreement is not renewed, staff would cease
purchasing at the end of the last purchase agreement coinciding with a valid cooperative agreement.
If the City Council were to not appropriate funds for a future year, staff would stop making purchases
when the last appropriation expires, regardless of whether the then -current purchase agreement has
expired.
The City will initially use DIR contract DIR-TSO-4315 to make purchases authorized by this M&C. The
DIR-TSO-4315 Cooperative Contract is set to expire February 28, 2025. If DIR-TSO-4315 is
extended, this M&C authorizes the City to purchase similar equipment and services under the
extended contract. If DIR-TSO-4315 is not extended but DIR executes a new cooperative contract with
immixTechnology Inc. and with substantially similar terms, this M&C authorizes the City to purchase
the equipment and services under the new DIR contract.
BUSINESS EQUITY: A business equity goal is not assigned when purchasing from an approved
purchasing cooperative or public entity.
ADMINISTRATIVE CHANGE ORDER: An administrative change or increase may be made by the City
Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require
specific City Council approval as long as sufficient funds have been appropriated.
AGREEMENT TERM: Upon City Council's approval, the initial term of the agreement will become
effective once executed by the Deputy City Manager and will expire on February 28, 2025, in
accordance with the DIR contract. The Agreement may be renewed in accordance with the extended
DIR-TSO-4315 cooperative agreement or its successor.
RENEWAL OPTIONS: This agreement may be renewed for one one-year term, in accordance with
the underlying DIR or its successor, at the City's option. This action does not require specific City
Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's
obligations during the renewal term. The one-year renewal term may increase by 3\% for the following
year.
Funding is budgeted in the ITS Capital Fund for the Information Technology Solutions Department for
the purpose of funding FY21 Public Safety Payroll Solution project.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the ITS Capital Fund for the FY21 Public Safety Payroll Sol project to support the
approval of the above recommendation and execution of the amendment. Prior to any expenditure
being incurred, the Information Technology Solutions Department has the responsibility to validate the
availability of funds.
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
Submitted for City Manager's Office by_ Mark McDaniel ()
Originating Department Head: Kevin Gunn (2015)
Additional Information Contact:
Mark DeBoer (8598)
ATTACHMENTS
041MMIXTECHNOLOGY PUBLIC SAFETY PAYROLL SOLUTION SOFTWARE.docx (Public)
FID Table Immix.v2 2024-08-23.XLSX (CFW Internal)
FORM 1295 CERTIFICATE 101121946.PDF (CFW Internal)