HomeMy WebLinkAbout063646-AD1 - General - Contract - Tryfacta, Inc.63646-AD1
CSC #
Addendum No. 1
Statement of Work
This Addendum No. 1 - Statement of Work (SOW) is made under the terms and conditions
established in the MASTER PROFESSIONAL SERVICES AGREEMENT between the City of
Fort Worth ("City") and TRYFACTA, INC. ("Vendor"), the same being Fort Worth City
Secretary Contract (CSC) No. 63646 (the "Master Agreement" or "MSA").
This Statement of Work is made for the following purposes, consistent with the services defined
in the Master Agreement: Providing temporary staffing services to the City of Fort Worth for the
positions listed below. In particular, Vendor shall perform those functions identified below in the
Scope of Services, as such services are more fully detailed in the MSA.
Section A. Scope of Services & Schedule
Department Requesting Position(s): Development Services
Assignment #1
Position Requested (Must be in Exhibit B of the MSA): Administrative Technician
# of above Positions Requested: 1
Location of Assignment: City Hall —100 Fort Worth Trail, Fort Worth, TX 76102
Projected Start and End Dates for Assignment: 12/01/2025 to 02/13/2026
Anticipated Total # of Hours: 416
Hourly Billing Rate (Must be in Exhibit B of the MSA): $23.40
Total Anticipated Cost: $9,734.40
Section B. Compensation, Reimbursable Expenses, and Billing Terms: Processing and
payment of fees, including the structure of payments and invoicing thereof, shall be in accordance
with the Master Professional Services Agreement.
The total fee that shall be paid by City to Vendor for these services shall be in accordance with the
Master Service Agreement and, specifically, Exhibit `B"- Price Schedule. In submitting invoices,
Vendor shall reference the appropriate Statement of Work. Further, the Vendor shall separately
list the total amount for fees in which invoices were previously submitted during the then -current
annual contract period (either initial term or renewal period) and the total amount of fees for the
entire period, including those amounts being requested under the then -current invoice.
Vendor shall submit invoices for Fees to Lynn Jordan, within the Development Services
Department and also submit a copy to the Talent Acquisition Manager in the Human
Resources Department, 100 Fort Worth Trail, Fort Worth, Texas 76102.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH, TEXAS
Name: Jesica McEachern
Title: Assistant City Manager
Date: 11/22/2025
ATTEST:
p.povvpnnIl
By• --- P QFFORt�fdd
Name: Jannette Goodall ;moo° ° V° od
Title: City Secretary**�
Qa�n n�U4 4dp,cY
RECOMMENDED BY:
r)dh v Fume -
By: D11—HIIIII(Nm11,2D251a08:19M)
Name: DJ Harrell
Title: Department Director
VENDOR:
Amm Lokesh Via
y' Arman Lokesh Dhar (Nov 11, 2025 10:25:46 PST)
—
Name
Title:
: Arman Dhar
Project Manager
Date: 11/11/2025
APPROVED AS TO FORM
AND LEGALITY:
By: _/"11
Name: Keanan Matthews Hall
Title: Sr. Assistant City Attorney
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.
Victor escobedo
V d., E—bed° (N. 12, 2025 07:55:59 CST)
Victor Escobedo
Talent Acquisition Manager
Signature:
Email: Katherine.cenicola@fortworthtexas.gov
Signature:
Email: jannette.goodall@fortworthtexas.gov
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA FORTtt
Create New From This M&C
REFERENCE **M&C 25- 13PP RFP 25-0082
DATE: 6/24/2025 NO.: 0580 LOG NAME: TEMPORARY STAFFING
SERVICES DM HRD
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of Non -Exclusive Agreements with Smith Temporaries, Inc.
dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC,
TRYFACTA, Inc., and 22nd Century Technologies, Inc. for a Three -Year Initial Term and
Two Two -Year Renewal Options in a Combined Annual Amount Up to the Listed
Identified Amounts for Temporary Staffing Services for All City Departments
RECOMMENDATION:
It is recommended that the City Council authorize execution of non-exclusive agreements with Smith
Temporaries, Inc. dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC,
TRYFACTA, INC., and 22nd Century Technologies, Inc. for a three-year initial term and two two-year
renewal options in a combined annual amount up to the listed identified amounts for temporary
staffing services for all City departments.
DISCUSSION:
This Mayor & Council Communication requests City Council authority to execute non-exclusive
agreements for temporary staffing services with Smith Temporaries, Inc. dba CornerStone Staffing,
Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies,
Inc. for a three-year initial term and two two-year renewal options in a combined annual amount up to
the listed identified amounts below:
Term
Year
Amount
Initial
Year 1
$3,500,000.00
Initial
Year 2
$4,025,000.00
Initial
Year 3
$4,628,750.00
First Renewal
Year 1
$5,323,062.50
Option
First Renewal
Year
$6,121,521.88
Option
Second Renewal
Year 1
$7,039,750.16
Option
Second Renewal
Year 2
$8,095,712.68
Option
The Human Resources Department approached the Purchasing Division to solicit a bid for temporary
staffing services in the general categories of clerical, management, professional, service trades,
technical/para professional, and assistant department director. These services will be used by various
City departments. Purchasing issued Request for Proposal (RFP) No. 25-0082 for Temporary Staffing
Services which consisted of detailed specifications of the City's standards and requirements.
The RFP was advertised in the Fort Worth Star -Telegram on February 26, 2025, March 05, 2025,
March 12, 2025, March 19, 2025, March 26, 2025, and April 02, 2025. The City received a total of
seventy four (74) responses: Smith Temporaries, Inc. dba Cornerstone Staffing, Compunnel Software
Group, Inc., Openwork LLC, TRYFACTA, Inc., 22nd Century Technologies, Inc., Midtown Personnel,
Inc., AppleOne, Inc., Infojini, Inc., Cogent Infotech Corporation, Abacus Service Corporation,
Recruiting Source International, Abacus Corporation, Lancesoft, Inc., Ad -A -Staff, Inc., Radgov, Inc.,
My Next Career Path Staffing, LLC, Express Employment Professionals, DatamanUSA, LLC,
Syntricate Technologies, Inc., Alltex Staffing and Consulting, Harris -Jones Staffing & Recruiting,
LLCA, Risun Solutions, Inc., Keystaff, Inc., Upsela Talent Solutions, Inc., Health Advocates Network,
Inc., I Staff Solutions, Inc., Drake Nelson, LLC, Mando Technologies, Inc., Hart Employment Services,
Rudra Enterprise, LLC, IMCS Group, Inc., Healthcare Staffing Professionals a TrueBlue Company,
HCL Global Systems, Inc., Napa Analytics LLC, Sonus Software Solutions, Inc., TeamGlobal,
MyBasePay USA, LLC, A & Associates, Absolute Information Technologies, Inc., A -Line Staffing,
Advanced Proactive Solutions, LLC, ALOIS, LLC, Apsan Technologies, Beatty's Services, Inc.,
BridgeWork Partners, Centstone Services, LLC, Coil Digital Consulting, Diskriter, Inc., Donato
Technologies, Esolvit, Inc., Fuchsia Services, Inc., Global Force USA, Hanker Systems, Inc., Hot
Systems, LLC, InnoSoul, Inc., InstantServe, LLC, Marathon Staffing, MDMartin, LLC, MGT Impact
Solutions, LLC, Millennium Franchise Group, LLC dba Hacking Solutions, Net2Source, Noor Staffing
Group, LLC, NRT Group, Peak Performers, Laine Federal Solutions, Procom Services America, Inc.,
Prolim Global Corporation, Qultek Consultants, Inc., Sigma, Inc., Simarn, LLC, Staffing Boutique, Inc.,
Techn ostaff, LLC, VanderHouwen , and E-Solutions, Inc.
An evaluation panel, consisting of representatives from the Human Resources Department, evaluated
and scored the submittals using Best Value criteria. The individual scores were averaged for each of
the criteria, and the final scores are listed in the table below.
TeamGlobal, MyBasePay USA, LLC, and E-solutions, Inc. were deemed non -responsive by
the Business Equity Division within the Diversity & Inclusion Department.
A & Associates, Absolute Information Technologies, Inc., A -Line Staffing, Advanced Proactive
Solutions, LLC, ALOIS, LLC, Apsan Technologies, Beatty's Services, Inc., BridgeWork Partners,
Centstone Services, LLC, Coil Digital Consulting, Diskriter, Inc., Donato Technologies, Esolvit, Inc.,
Fuchsia Services, Inc., Global Force USA, Hanker Systems, Inc., Ho2 Systems, LLC, innoSoul, Inc.,
InstantServe, LLC, Marathon Staffing, MDMartin, LLC, MGT Impact Solutions, LLC, Millennium
Franchise Group, LLC dba Hacking Solutions, Net2source, Noor Staffing Group, LLC, NRT Group,
Peak Performers, Laine Federal Solutions, Procom Services America, Inc., PROLIM Global
Corporation, Qultek Consultants, Inc., Sigma, Inc., Simarn, LLC, Staffing Boutique, Inc., Technostaff,
LLC, and VanderHouwen were deemed non -responsive as they did not submit all of the required
documentation to be evaluated.
Mando Technologies, Inc., Hart Employment Services, Rudra Enterprise, LLC, IMCS Group, Inc.,
Healthcare Staffing Professionals a TrueBlue Company, HCL Global Systems, Inc., Napa Analytics,
LLC, and Sonus Software Solutions, Inc. were deemed non -responsive as it did not score at least 50\
% or more of the total points available for the technical criteria necessary for price evaluation.
Abacus Corporation, Ad -A -Staff, Inc., AIITex Staffing and Consulting, DatamanUSA, LLC, Drake
Nelson, LLC, Express Employment Professionals, Harris -Jones Staffing & Recruiting, LLCA, Health
Advocates Network, Inc., I Staff Solutions, Inc., KeyStaff, Inc., LanceSoft, Inc., My Next Career Path
Staffing, LLC, RADgov, Inc., Recruiting Source International, Risun Solutions, Inc., Syntricate
Technologies, Inc., and UpSela Talent Solutions, Inc. were removed from the evaluation process
during the technical review portion. They were not further evaluated due to their lower relative
technical scores, and no pricing evaluation was conducted for these submissions.
Due to the high volume of proposals and to ensure a manageable and thorough review, the top -
ranked vendors based on technical scoring were shortlisted for further consideration. Pricing points
were applied only to these top 10 vendors. Only those staffing positions that all top 10 shortlisted
vendors bid on were used in the pricing analysis. Pricing totals were calculated exclusively on these
common items, allowing for an equitable comparison across all vendors. All pricing information was
taken directly from each vendor's submitted bid table.
The RFP specified the use of the following Best Value Criteria:
a. Cost
b. Experience working as a temporary staffing agency for large organizations
c. Infrastructure in place to be able to provide quality and timely service for large organizations
d. Experience providing temporary staffing services to municipalities
e. Recruitment Process and Methodology
Evaluation
Criteria
Supplier
T-+,l
'
Rank
a.
b.
c.
d.
e.
Smith Temporaries, Inc.
dba Cornerstone Staffing
26.65
13.50
20.83
13.50
13.50
87.98
1
Compunnel Software
Group, Inc.
29.59
12.50
20.00
12.00
11.50
85.59
2
Openwork LLC
30.00
11.50
20.00
11.00
10.50
83.00
3
TRYFACTA, INC.
26.24
12.50
20.00
12.00
9.50
80.24
4
22nd Century Technologies,
25.75
12.00
18.33
12.00
12.00
80.08
5
Inc.
Midtown Personnel Inc
27.09
12.00
19.17
9.00
11.00
78.25
6
AppleOne, Inc.
23.96
11.50
18.33
11.00
10.50
75.30
7
Infojini, Inc.
22.44
11.50
19.17
11.50
10.50
75.11
8
COGENT Infotech
19.54
11.00
19.17
11.00
10.00
70.71
9
Corporation
Abacus Service Corporation
14.84
11.50
18.33
11.00
12.00
67.68
10
After evaluation, the panel concluded that Smith Temporaries, Inc. dba Cornerstone Staffing,
Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies,
Inc. presented the best value to the City. Therefore, the panel recommends that City Council authorize
non-exclusive agreements to these five vendors. No guarantee was made that a specific amount of
these services would be purchased. Staff certifies that the recommended vendors' proposal
met specifications.
BUSINESS EQUITY: The Business Equity Division placed a 14.60\% business equity goal on this
solicitation/contract. Smith Temporaries, Inc. will be exceeding the goal at 15\%, meeting the City's
Business Equity Ordinance. Compunnel Software Group, Inc., has agreed/committed to utilize 14.60\
% business equity subcontractor participation for the scope of work, meeting the City's Business
Equity Ordinance. 22nd Century Technologies, Inc. and Tryfacta Inc., will be exceeding the goal at
100\% as a Business Equity Prime and self- performing the scope of the services, meeting the City's
Business Equity Ordinance. Openwork LLC submitted a Prime Waiver Form, which is in accordance
with the City's Business Equity Ordinance. Openwork LLC, will be self -performing the entire scope of
the contract. Any changes in subcontractors will be reviewed by the Business Equity Division.
AGREEMENT TERM: Upon City Council approval, the initial term of these non-exclusive agreements
will begin on September 2, 2025 and expire on September 30, 2028. The combined annual amount of
these agreements is up to $3,500,000.00 for the first year of the initial term, $4,025,000.00 for the
second year of the initial term, and $4,628,750.00 for the third year of the initial term; However, the
actual amount used will be based on the needs of the department and available budget. A 15\%
annual increase is being requested to support the City's acquisition of MedStar and integration of
Emergency Medical Services (EMS) personnel.
RENEWAL OPTIONS: These Agreements may be renewed for up to two two-year renewal terms. The
combined annual amount for renewal options is up to: $5,323,062.50 of the first year of the first
renewal term, $6,121,521.88 of the second year of the first renewal term, $7,039,750.16 of the first
year of the second renewal term, and $8,095,712.68 of the second year of the second renewal term.
This action does not require specific City Council approval, provided the City Council has appropriated
sufficient funds to satisfy the City's obligation during the renewal term.
ADMINISTRATIVE CHANGE ORDER: An administrative change order 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.
FISCAL iNFORMATIONXER T IFiCATION:
The Director of Finance certifies that funds are available in the current operating budget, as
previously appropriated, in the participating departments' General Funds to support the approval of
the above recommendation and execution of non-exclusive agreements. Prior to an expenditure
being incurred, the participating departments have the responsibility to validate the availability of
funds.
BQN\\
Fund Department Account Project Program Activity Budget I Reference # I Amount
ID I I ID I I I Year I (Chartfield 21
Fund Department Account Project Program Activity Budget I Reference # I Amount
ID I I ID I I I Year I (Chartfield 2)
Submitted for City Manager's Office by -
Originating Department Head:
Additional Information Contact:
Reginald Zeno (8517)
Dianna Giordano (7783)
Reginald Zeno (8517)
Holly Moyer (7847)
Brandy Hazel (8087)
Denise Medrano (8063)
ATTACHMENTS
25-0082 (RFP TemporaN Staffing Services) Final-CC.pdf (CFW Internal)
Form 1295 - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING ndf 1r;:W Internal)
Form 1295 Certificate - 22nd Century Technologies, Inc.pdf (CFW Internal)
Form 1295 Certificate - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal)
Form 1295 Certificate - Openwork LLC.pdf (CFW Internal)
Form 1295 Certificate - TRYFACTA, INC..pdf (CFW Internal)
SAM - 22nd Century Technologies, Inc.pdf (CFW Internal)
SAM - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal)
SAM - Openwork LLC.pdf (CFW Internal)
SAM - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal)
SAM - T RYFACTA, INC..Pdf (CFW Internal)
SOS - 22nd Century Technologies, Inc.pdf (CFW Internal)
SOS - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal)
SOS - Openwork LLC.pdf (CFW Internal)
SOS -SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal)
SOS - TRYFACTA, INC.pdf (CFW Internal)
http://apps.cfwnet.org/council_packet/mc review. asp?ID=3 344 1 &councildate=6/24/2025 6/26/2025
Last updated by Ratika Tyagi on Aug 24, 2024 at 12:03 Phl
JUN SAM*Gov°
TRYFACTA INC
TRYFACTA INC
Unique Entity ID
CAGE / NCAGE Purpose of Registration
DNXNJJDKLYM6
73K81 All Awards
Registration Status
Expiration Date
Active Registration
Aug 24, 20025
Physical Address
Mailing Address
4637 Chabot DR
4637 Chabot DR STE 100
STE 100
Pleasanton, California 94588-2753
Pleasanton, California 94588-2753
United States
United States
Doing Business as
Division Name Division Number
(blank)
Tryfacta, Inc. (blank)
Congressional District
State / Country of Incorporation URL
California 14
Delaware / United States www.tryacta.com
Registration Dates
Activation Date
Submission Date Initial Registration Date
Aug 28, 2024
Aug 24, 2024 Feb 13, 2014
Entity Dates
Entity Start Date
Fiscal Year End Close Date
Mar 11, 1996
Dec 31
Immediate Owner
CAGE
Legal Business Name
(blank)
(blank)
Highest Level Owner
CAGE
Legal Business Name
(blank)
(blank)
Executive Compensation
Registrants in the System for Award Management (SAM) respond to the Executive Compensation questions in accordance with Section 6202 of
P.L. 110-252, amending the Federal Funding Accountability and Transparency Act (P.L. 109-282). This information is not displayed in SAM. It is
sent to USAspending.gov for display in association with an eligible award. Maintaining an active registration in SAM demonstrates the registrant
responded to the questions.
Proceedings Questions
Registrants in the System for Award Management (SAM.gov) respond to proceedings questions in accordance with FAR 52.209-7, FAR 52.209-9,
or 2. C.F.R. 200 Appendix XII. Their responses are displayed in the responsibility/qualification section of SAM.gov. Maintaining an active
registration in SAM.gov demonstrates the registrant responded to the proceedings questions.
Active Exclusions Records?
No
I authorize my entity's non -sensitive information to be displayed in SAM public search results:
Yes
Business Types
Entity Structure Entity Type Organization Factors
Corporate Entity (Not Tax Exempt) Business or Organization (blank)
Profit Structure
For Profit Organization
May 27. 2025 09:38:50 PM GMT
hilps:llsam.gov/entityIDNX..VJJDKLYM6/coreDala?status=ntd! Page I of
Last updated by Ratika Tyagi on Aug 24, 2024 at 12: 03 Pkf TRYFACTA INC
Socio-Economic Types
Minority -Owned Business
Self Certified Small Disadvantaged Business
Women -Owned Small Business
Women -Owned Business
DOT Certified DBE
Subcontinent Asian (Asian -Indian) American
Owned
SBA Certified 8(a) Program Participant
Entrance Date: Aug 23, 2024
Exit Date: Aug 23, 2033
SBA -Certified Women -Owned Small Business
Entrance Date: Apr 12, 2024
Exit Date: (blank)
Check the registrant's Reps & Certs, if present, under FAR 52.212-3 or FAR 52.219-1 to determine if the entity is an SBA -certified HUBZone small
business concern. Additional small business information may be found in the SBA's Dynamic Small Business Search if the entity completed the
SBA supplemental pages during registration.
Accepts Credit Card Payments Debt Subject To Offset
Yes No
EFT Indicator CAGE Code
0000 73K81
Electronic Business
9. 4637 Chabot DR STE 100
Ratika TYAGI, CEO Pleasanton, California 94588
United States
Arman Dhar 4637 Chabot DRIVE, Suite 100
Pleasanton, Califomia 94588
United States
Government Business
A
4637 Chabot DR STE 100
Adesh TYAGI, PRESIDENT
Pleasanton, California 94588
United States
Ratika TYAGI, CEO
4637 Chabot DR STE 100
Pleasanton, Califomia 94588
United States
Past Performance
P.
4637 Chabot DR STE 100
Ratika TYAGI, CEO
Pleasanton, California 94588
United States
Ratika TYAGI, CEO
4637 Chabot DR STE 100
Pleasanton, Califomia 94588
United States
NAICS Codes
Primary NAICS Codes NAICS Title
Yes 561320 Temporary Help Services
518210
541214
541330
541511
541512
May 27, 2015 09:38:50 PHI GAIT
hitps:llsai;;.gov/ei)tify/D.-VX.,VJJDKLY M6/coreDaW starts=iud!
Computing Infrastructure Providers, Data Processing, Web
Hosting, And Related Services
Payroll Services
Engineering Services
Custom Computer Programming Services
Computer Systems Design Services
Page 2 of 3
Last updated by Ratika Tyagi on Aug 24, 2024 at 12:03 PHI
TRYF I CTA INC
541513
Computer Facilities Management Services
541519
Other Computer Related Services
541611
Administrative Management And General Management Consulting
Services
541612
Human Resources Consulting Services
541618
Other Management Consulting Services
541715
Research And Development In The Physical, Engineering, And Life
Sciences (Except Nanotechnology And Biotechnology)
541810
Advertising Agencies
541990
All Other Professional, Scientific, And Technical Services
561110
Office Administrative Services
561311
Employment Placement Agencies
561312
Executive Search Services
561330
Professional Employer Organizations
561422
Telemarketing Bureaus And Other Contact Centers
561612
Security Guards And Patrol Services
621111
Offices Of Physicians (Except Mental Health Specialists)
621399
Offices Of All Other Miscellaneous Health Practitioners
621498
All Other Outpatient Care Centers
622110
General Medical And Surgical Hospitals
622210
Psychiatric And Substance Abuse Hospitals
622310
Specialty (Except Psychiatric And Substance Abuse) Hospitals
624230
Emergency And Other Relief Services
812990
All Other Personal Services
Product and Service Codes
PSC
6505
6515
R429
R499
PSC Name
Drugs And Biologicals
Medical And Surgical Instruments, Equipment, And Supplies
Support- Professional: Emergency Response, Disaster Planning, And Preparedness Support
Support- Professional: Other
.Disaster Response
Yes, this entity appears in the disaster response registry.
Yes, this entity require bonding to bid on contracts.
Bonding Levels
Dollars
Service Aggregate
$35,000,000.00
Service Per Contract
$35,000,000.00
States
Any
Counties
(blank)
Metropolitan Statistical Areas
(blank)
May 27, 2025 09: 38: 50 PHi GMT
hitps://smn.gov/entity/D:VX.VJJDKLYhi6/CoreDalaYsiatus=ntdl Page 3 oj3
City Secretary Contract No. 63646
FORT WORTH,,.,,.,,
NON-EXCLUSIVE VENDOR SERVICES AGREEMENT
This NON-EXCLUSIVE 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 TRYFACTA, INC. ("Vendor"), each individually referred to as a "party" and
collectively referred to as the "parties."
1. Scope of Services. Vendor enters into a non-exclusive agreement to provide the City with
temporary staffing services, including professionals, clerical workers and manual labor ("Temporary
Workers") on an as needed basis ("Services"), as set forth in more detail in Exhibit "A," attached hereto
and incorporated herein for all purposes and specifically describes the Services to be provided.
2. Term. This Agreement begins on September 2, 2025 (`Effective Date") and expires on
September 30, 2028 ("Expiration Date"), unless terminated earlier in accordance with this Agreement
("Initial Term"). City will have the option, in its sole discretion, to renew this Agreement under the same
terms and conditions, for up to two (2) two-year renewal option(s) (each a "Renewal Term" with term dates
running from October 1 to September 30).
3. Compensation.
3.1 General Provisions. City will pay Vendor in accordance with the provisions of this Agreement,
including Exhibit `B," which is attached hereto and incorporated herein for all purposes. Total annual
compensation under this Agreement shall be an amount up to Three Million Five Hundred Thousand
Dollars ($3,500,000.00) for the first year of the initial term, $4,025,000.00 for the second year of the
initial term, and $4,628,750.00 for the third year of the initial term. Should Renewal Terms be
utilized, the combined annual amount for renewal options is up to $5,323,062.50 for the first year of
the first renewal term, $6,121,521.88 for the second year of the first renewal term, $7,039,750.16 for
the first year of the second renewal term, and $8,095,712.68 for the second year of the second renewal
term.
3.2 Non -Exclusive Agreement. The Vendor acknowledges that this is a non-exclusive agreement and
there is no guarantee of any specific amount of purchase. Further, Vendor recognizes that the amount
stated above is the total amount of funds available, collectively, for any Vendor that enters into an
agreement with the City under the relevant M&C and that once the full amount has been exhausted,
whether individually or collectively, funds have therefore been exhausted under this Agreement as
well.
3.3 Additional Services. Vendor will 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 will not be liable for any additional expenses of Vendor not specified by this Agreement
unless City first approves such expenses in writing.
OFFICIAL RECORD
CITY SECRETARY
Vendor Services Agreement FT. WORTH, Tx Page 1 of 30
City Secretary Contract No.
3.4 Addendum - Statement of Work. When Services are needed, the City will provide Vendor an applicable
Statement of Work, a sample of which can be found as Exhibit "C" to this Agreement. Each Statement of
Work will list the Services requested by the City and the project timeframe the services will be necessary,
as well as the projected amount of the services related to each requested position based on Exhibit `B" of
this Agreement. Each Statement of Work must be signed by both parties. No additional services will be
provided by the Vendor unless the city requests and approved in writing additional cost of such services.
3.5 Invoice. Vendor agrees to submit weekly invoices for Services provided in the previous week. Each
invoice shall also reference the applicable Statement of Work by addendum number. Vendor shall submit
invoices to the individual as the requesting City department's point of contact in the applicable Statement
of Work and also submit a copy to the Talent Acquisition Manager in the Human Resources Department,
100 Fort Worth Trail, Fort Worth Texas 76103. City agrees to pay all invoices of Vendor within thirty (30)
days of receipt of such invoices and in accordance with the Texas Prompt Payment Act.
4. Termination.
4.1. W itten 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 will 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 will pay Vendor for services actually rendered up to
the effective date of termination and Vendor will 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 will 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 will 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 will treat all information provided to it by City ("City Information") as confidential
and will 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,
Vendor Services Agreement Page 2 of 30
City Secretary Contract No.
City will promptly notify Vendor. It will be the responsibility of Vendor 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.
5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure
manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City
Information in any way. Vendor must 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 will, in good faith, use all commercially reasonable efforts to cooperate with City in
identifying what information has been accessed by unauthorized means and will fully cooperate
with City to protect such City Information from further unauthorized disclosure.
6. Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after
final payment under this Agreement, or the final conclusion of any audit commenced during the said three
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 will have access during
normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City will give Vendor
reasonable advance notice of intended audits.
7. Independent Contractor. It is expressly understood and agreed that Vendor will 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 will 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 subcontractors. Vendor acknowledges that the doctrine of respondeat superior
will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents,
employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be
construed as the creation of a partnership or joint enterprise between City and Vendor. It is further
understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any
officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers,
agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment
benefits from City. Vendor will 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, contractors, or contractors.
8. Employment Benefits. No individual placed with City under this agreement, including
any of Vendor's officers, agents, servants, employees or subcontractors, shall be entitled to any employment
benefits from the City. Vendor acknowledges and agrees that it shall be responsible for providing any
individual it places with City, including its employees and subcontractors, with all legally -required
employment benefits, including health care benefits. Vendor further acknowledges and agrees that the
negotiated compensation to Vendor by City under this Agreement includes a reasonable amount which has
been included to compensate Vendor for Vendor's health care costs. Additionally, Vendor shall be liable
for any and all withholding, payment and report of taxes on behalf of itself, and any individual it places
with City, including its officers, agents, servants, employees or subcontractors, including filling IRS 941
and W-2 forms for any individual placed with City.
Liability and Indemnification.
Vendor Services Agreement Page 3 of 30
City Secretary Contract No.
9.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL
PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING
DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL
OR ASSERTED, TO THE EXTENT CA USED BY THE NEGLIGENT ACT(S) OR OMISSION(S),
MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS,
SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS.
9.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO
INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS
AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY
KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY
DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS
AND ANYRESUL TING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH,
TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS
AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR
MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES,
CONTRACTORS, OR SUBCONTRACTORS.
9_3 WAIVER OF CLAIMS AS JOINT -EMPLOYER — Vendor herby disclaims and waives any and all
claims or causes of action against the City with regard to liability or responsibility for Vendor's
obligations as employer with respect to Vendor's employees, including but not limited to obligations
such as payment of workers compensation claims or benefits; compliance with the Federal Fair
Labor Standards Act; payment of furnishing of health, retirement or other benefits; and
responsibilityfor payment of unemployment insurance or contributions.
9_4 INTELLECTUAL PROPERTYINDEMNIFICATION— 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 will 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 will 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 will 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 will 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 will fully participate and 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 will 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 will, 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
Vendor Services Agreement Page 4 of 30
City Secretary Contract No.
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.
10. Assignment and Subcontracting.
10.1 Assignment. Vendor will 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 will 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 will be liable for all obligations of Vendor under this Agreement prior to the effective date
of the assignment.
10.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute
a written agreement with Vendor referencing this Agreement under which subcontractor agrees to
be bound by the duties and obligations of Vendor under this Agreement as such duties and
obligations may apply. Vendor must provide City with a fully executed copy of any such
subcontract.
11. Insurance. Vendor must 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 Services pursuant to this Agreement:
11.1 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 will be on any vehicle used by Vendor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. "Any
vehicle" will be any vehicle owned, hired and non -owned.
(c) Worker's Compensation:
Statutory limits according to the Texas Workers' Compensation Act or any other
state workers' compensation laws where the Services are 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
Vendor Services Agreement Page 5 of 30
City Secretary Contract No.
(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 must 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 must be submitted to City to evidence coverage.
11.2 General Requirements
(a) The commercial general liability and automobile liability policies must
name City as an additional insured thereon, as its interests may appear. The term
City includes its employees, officers, officials, agents, and volunteers in respect to
the contracted services.
(b) The workers' compensation policy must 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 must be provided to City. Ten (10) days' notice will be
acceptable in the event of non-payment of premium. Notice must 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 will not constitute a waiver of the insurance requirement.
(f) Certificates of Insurance evidencing that Vendor has obtained all required
insurance will be delivered to the City prior to Vendor proceeding with any work
pursuant to this Agreement.
12. Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the
performance of its obligations hereunder, it will 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 must immediately desist
from and correct the violation.
Vendor Services Agreement Page 6 of 30
City Secretary Contract No.
13. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns,
contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the
performance of Vendor's duties and obligations hereunder, it will 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, CONTRACTORS,
SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME
SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS
FROM SUCH CLAIM.
14. Notices. Notices required pursuant to the provisions of this Agreement will be
conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents,
employees, servants or representatives or (2) received by the other party by United States Mail, registered,
return receipt requested, addressed as follows:
To CITY:
City of Fort Worth
Attn: Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102
Facsimile: (817) 392-8654
With copy to Fort Worth City Attorney's Office at
same address
To VENDOR:
Tryfacta, Inc.
Arman Dhar, Vice President of Operations
4785 Preston Road, Suite 550
Dallas, TX 75240
Email: rfp@tryfacta.com
15. Solicitation of Employees. Neither City nor Vendor will, 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 will not apply to an employee of either party who responds
to a general solicitation of advertisement of employment by either party.
16. 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.
17. 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 does not constitute a waiver of City's or
Vendor's respective right to insist upon appropriate performance or to assert any such right on any future
occasion.
18. Governing Law / Venue. This Agreement will 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 will lie in state courts located in Tarrant County, Texas or the United
States District Court for the Northern District of Texas, Fort Worth Division.
19. Severability. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be
affected or impaired.
Vendor Services Agreement Page 7 of 30
City Secretary Contract No.
20. Force Majeure. City and Vendor will exercise their best efforts to meet their respective
duties and obligations as set forth in this Agreement, but will 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; epidemics or pandemics; government action
or inaction; orders of government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board, department, commission, or agency
of the United States or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable control of the Party whose
performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hindrance, provided the
affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or
hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure
Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice
required by this section must be addressed and delivered in accordance with Section 13 of this Agreement.
21. Headings not Controlling. Headings and titles used in this Agreement are for reference
purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope
of any provision of this Agreement.
22. 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 will not be employed in the interpretation of this
Agreement or its Exhibits.
23. Amendments / Modifications / Extensions. No amendment, modification, or extension
of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
24. Counterparts. This Agreement may be executed in one or more counterparts and each
counterpart will, for all purposes, be deemed an original, but all such counterparts will 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 will 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 must verify the identity and employment eligibility
of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9
forms and supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor must 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 WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH
BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR
Vendor Services Agreement Page 8 of 30
City Secretary Contract No.
AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement
for violations of this provision by Vendor.
27. Ownership of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City
will 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 will 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 will 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 they have
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. 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 must 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 Bove tt 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
2271 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" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code.
By signing this Agreement, 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 Agreement.
31. Prohibition on Boycotting Energy Companies. Vendor acknowledges that in
accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering into a
contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from
public funds of the City with a company with 10 or more full-time employees unless the contract contains
a written verification from the company that it: (1) does not boycott energy companies; and (2) will not
boycott energy companies during the term of the contract. To the extent that Chapter 2276 of the
Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that
Vendor's signature provides written verification to City that Vendor: (1) does not boycott energy
Vendor Services Agreement Page 9 of 30
City Secretary Contract No.
companies; and (2) will not boycott energy companies during the term of this Agreement.
32. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor
acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, City is
prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is
to be paid wholly or partly from public funds of the City with a company with 10 or more full-time
employees unless the contract contains a written verification from the company that it: (1) does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written
verification to City that Vendor: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate
against a firearm entity or firearm trade association during the term of this Agreement.
33. Electronic Signatures. This Agreement may be executed by electronic signature, which
will be considered as an original signature for all purposes and have the same force and effect as an original
signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions
(e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via
software such as Adobe Sign.
34. Entirety of Agreement. This Agreement 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.
(signature page follows)
Vendor Services Agreement Page 10 of 30
City Secretary Contract No.
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
u
By: Dianna GLrdann ( Inl 12 2025 91.1 =)
Name: Dianna Giordano
Title: Assistant City Manager
Date: 07/12/2025
APPROVAL RECOMMENDED:
By: "`��
Y
Name: Leila Peeples
Title: Asst Human Resources Director
ATTEST:
aIl4
C`,���ASL#A- � Pppn aEXp`�a4`
By: \\//
Name: Jannette Goodall
Title: City Secretary
VENDOR:
Tiyfacta, Inc
By: Arman Dhar (Jul 10, 2025 14:27 PDT)
Name: Arman Dhar
Title: Vice President of Operations
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:
Title:
1/�cte2 ��ce6ec�e
Victor Escobedo
Human Resources Manager
APPROVED AS TO FORM AND LEGALITY:
By:
Name
Title:
9-""'12- Gf)4&z mz �
Jessika Williams
Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 25-0580
Form 1295: 2025-1314282
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agreement Page 11 of 30
EXHIBIT A
SCOPE OF SERVICES
The Vendor will provide one of, or a combination of the general categories of temporary staffing positions
which include, assistant department director, management, clerical, professional, service trades, or
technical/para professional temporary staffing services for City upon request.
If a Vendor's Hourly Pay Rate to its workers goes down during any term of the Agreement with City, the
lower rate is required to be reported to the City and an adjustment in the Vendor's Hourly Bill Rate
downwards will be reflected.
The Vendor may request a price adjustment at the time of contract renewal. Any request must be
submitted in writing at least thirty (30) calendar days prior to the expiration of the current term and must
include justification based on changes in market conditions or labor costs. The City reserves the right to
approve, negotiate, or deny the requested adjustment.
If the City increases the entrance (starting) pay rate for any position during the term of the agreement, the
Vendor shall adjust their Hourly Pay Rate by the same percentage. The City will notify the Vendor of any
such increase, and the Vendor shall confirm and implement the rate adjustment upon the City's request.
All rate changes must be approved by the City prior to implementation.
In accordance with Chapter 2254 of the Texas Government Code, engineering, architectural, and land
surveying related positions were excluded from the scope of Request for Proposals (RFP) No. 25-0082,
and the City did not request temporary staffing for those positions.
Additionally, the following positions were not included in the scope of RFP 25-0082 for standard pricing
purposes, and the City has not requested bids for these positions based on the pricing structure outlined in
the RFP:
• Certified Public Accountant
• Landscape Architect
• Physician (including Surgeon)
• Optometrist
• Professional Engineer
• State certified or state licensed Real Estate Appraiser
• Registered Nurse
As part of its proposal, the Vendor identified its ability to fulfill temporary staffing needs for one or more
of the positions listed above. The City may request temporary staffing for such positions on an as -needed
basis, and the qualifications and rates for those positions, as submitted and approved through the
solicitation process, are incorporated into this contract.
Additional products and/or services of the same general category that could have been encompassed in
the award of this Agreement, and that are not already on the Agreement, maybe added.
The Vendor shall provide one of its employees to be specifically assigned as Project Manager to the City's
account to support delivery of temporary staffing services in accordance with all applicable requirements.
Upon award, each Vendor shall be required to provide City with a phone number, email, fax and emergency
phone number of Project Manager.
Vendor Services Agreement Page 12 of 30
The Vendor will furnish workers who are at least 18 years of age, legally authorized to work in United
States of America, possess a valid U.S. federal or state government -issued identification and are
appropriately dressed for the assigned position.
The Vendor will provide all requested temporary workers within forty eight (48) hours of receipt of a City
request for services which includes a fully executed Statement of Work with all required signatures. An
example of a Statement of Work can be found in Exhibit B.
The Vendor will not proceed with any temporary staffing request unless a written approval or
confirmation has been issued by the City's Human Resources Department.
The Vendor will maintain insurance and/or bonds in accordance with the solicitation to protect the City
from any loss caused by a temporary worker assigned by Vendor.
The Vendor will maintain a written dress code or policy for assigned temporary workers that requires
them to be clean and appropriately dressed for their specific assignment.
The City reserves the right to decline the services of any temporary worker provided by the Vendor, for
any reason with or without notice.
If the City deems an assigned temporary worker to be a safety risk, the City may contact the Vendor and
request the individual be removed that same day.
If one of Vendor's temporary workers leave the job site before the requested service time period has
expired, no payment will be rendered to Vendor for the remaining time left based on the requested service
time period. Payments will be rendered only for actual hours of temporary services supplied by Vendor.
Should the City wish to hire one of Vendor's temporary workers who has been filling a temporary
position, neither the worker nor the City will be required to pay a placement or similar fee to Vendor.
The Vendor will submit the following details to the applicable departmental liaison for the City
department requesting the temporary worker and the City's Human Resources Department before
assignment of each temporary staff and notify within a day of end of such assignments, by email to
CFW_TempScreeningga,fortworthtexas.gov :
• Full name of the temporary staff,
• Assigned to which City department;
• Assigned City department manager;
• Start date of assignment;
• Confirmation on background check cleared; Yes/No
• Assigned temporary staff pay rate;
• Vendor's bill rate;
• Upon completion of service vendor should notify last day of assignment.
The Vendor's employees will present their timesheet to the City Department representative who will sign
off on the Vendor's employee's timesheet that he or she was present for the specified period.
The Vendor will provide a weekly timesheet summary showing (i) the name of each worker assigned to
the City during the preceding week, (ii) the date(s) each listed worker was assigned during the reporting
Vendor Services Agreement Page 13 of 30
period, (iii) the department(s) to which the worker was assigned on each date, (iv) the hourly rate billed to
the City for each assignment and (v) hours of service provided each day.
The Vendor will be required to pay each temporary worker assigned to the City at least the hourly
minimum wage rate established by federal law.
All scheduling will be done through the Vendor. Once the City makes a request for temporary services
during a specified time frame, the Vendor will be required to coordinate the scheduling with its employee
who will be performing the temporary service.
The City will not provide transportation to or from the assigned work site. The City will not reimburse
mileage or parking for temporary workers.
The Vendor will be responsible and liable for the safety, injury and health of its personnel while they are
performing the temporary services on City property.
The Vendor must communicate with the specific City Department requesting the temporary worker to
confirm the name of the assigned temporary worker and verify that his or her skills meet the City needs.
Temporary workers may be assigned to any location at which the City requires services, and such
locations may be outside of Tarrant County.
The Vendor shall describe, in writing, what immediate action it will take to replace temporary workers
whose services are declined.
If non-English speaking temporary workers are assigned to the City, the Vendor shall ensure
interpretation services are also provided, which may be furnished by one of the other assigned temporary
workers.
The Vendor will conduct background checks, at their expense, on all temporary workers assigned to the
City which will include minimum factors consisting of the following:
0 7 year County Criminal Record Search for Felonies & Misdemeanors from all counties;
0 SSN trace to National Criminal/Sex & Violent Offender Search — National
• Motor Vehicle Record and Driver's License Status (if applicable to the job)
• Social Security Number Trace
• Education Verification
0 Statewide Criminal check from all counties SSN was traced to
The Vendor will provide City with proof such checks have occurred. On request, the Vendor shall provide
City a copy of an assigned temporary worker's background check.
The Vendor will be responsible for all costs associated with any drug testing required for its temporary
workers.
The Vendor will ensure that its assigned temporary workers do not have any type of firearm, weapon,
drug or alcohol on City premises.
Vendor Services Agreement Page 14 of 30
The Vendor will be responsible for processing payroll for its temporary workers who are assigned to the
City. This responsibility will include but not be limited to making all necessary deductions and paying all
taxes and insurance required by federal, state, or local law.
The Vendor will be responsible for payment of taxes, assessments, fees, and fines that may be due or
owing to any local, state or federal government agency relating to or arising out of Vendor's role as
employer of the assigned temporary worker
Vendor Services Agreement Page 15 of 30
EHIBIT B
PAYMENT SCHEDULE
The following link Job Descriptions - Welcome to the City of Fort Worth provides a detailed list of all
potential temporary staffing services positions that could be requested by City.
The following will apply:
• If a Vendor's Hourly Pay Rate to its workers goes down during any term of the Agreement with City,
the lower rate is required to be reported to the City and an adjustment in the Vendor's Hourly Bill Rate
downwards will be reflected.
The Vendor may request a price adjustment at the time of contract renewal. Any request must be
submitted in writing at least thirty (30) calendar days prior to the expiration of the current term and
must include justification based on changes in market conditions or labor costs. The City reserves the
right to approve, negotiate, or deny the requested adjustment.
• If the City increases the entrance (starting) pay rate for any position during the term of the agreement,
the Vendor shall adjust their Hourly Pay Rate by the same percentage. The City will notify the Vendor
of any such increase, and the Vendor shall confirm and implement the rate adjustment upon the City's
request. All rate changes must be approved by the City prior to implementation.
Decision
#
Job Title
Hourly
pay
Rate (a)
Vendor's
Billing
Percentage
(b)
Vendor's
Contract
Rate
(a*b=c)
Vendor's
Hourly
Bill Rate
(a+c)
Bid
#1-1
Account Specialist
$ 27.00
30
8.1
$ 35.10
Bid
#1-2
Account Technician
$ 23.00
30
6.9
$ 29.90
Bid
#14
Accounting Specialist
$ 27.00
30
8.1
$ 35.10
Bid
#1-5
Accounts Payable
$ 22.00
30
6.6
$ 28.60
Bid
#1-6
Administrative Assistant
$ 19.00
30
5.7
$ 24.70
Bid
#1-7
Administrative Technician
$ 18.00
30
5.4
$ 23.40
Bid
#1-8
Animal Shelter Technician
$ 18.00
30
5.4
$ 23.40
Bid
#1-9
Business Process Manager
$ 45.00
30
13.5
$ 58.50
Bid
#1-10
Business Support Analyst
$ 40.00
30
12
$ 52.00
Bid
#1-11
Buyer I
$ 26.00
30
7.8
$ 33.80
Bid
#1-12
Clerk - General
$ 18.00
30
5.4
$ 23.40
Bid
#1-13
Communication Specialist
$ 21.00
30
6.3
$ 27.30
Bid
#1-14
Communications Coordinator
$ 21.00
30
6.3
$ 27.30
Bid
#1-15
Contract Compliance
Administrator
$ 35.00
30
10.5
$ 45.50
Bid
#1-16
Contract Compliance Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#1-17
Contract Compliance Technician
$ 25.00
30
7.5
$ 32.50
Bid
#1-18
Contract Services Administrator
$ 35.00
30
10.5
$ 45.50
Bid
#1-19
Custodian
$ 17.00
30
5.1
$ 22.10
Bid
#1-20
Customer Service Information
S ecialist
$ 21.00
30
6.3
$ 27.30
Bid
#1-21
Customer Service Representative
$ 18.00
30
5.4
$ 23.40
Bid
#1-22
Customer Service Representative
II
$ 19.00
30
5.7
$ 24.70
Vendor Services Agreement Page 16 of 30
Bid
#1-23
Data Analyst
$ 55.00
30
16.5
$ 71.50
Bid
#1-24
Data Entry Clerk
$ 18.00
30
5.4
$ 23.40
Bid
#1-25
Data Reporting Technician
$ 18.00
30
5.4
$ 23.40
Bid
#1-26
Eligibility Specialist
$ 25.00
30
7.5
$ 32.50
Bid
#1-27
Emergency Management Officer
$ 50.00
30
15
$ 65.00
Bid
#1-28
Executive Assistant
$ 28.00
30
8.4
$ 36.40
Bid
#1-29
Facilities Coordinator
$ 30.00
30
9
$ 39.00
Bid
#1-30
Field Service Superintendent
$ 35.00
30
10.5
$ 45.50
Bid
#1-31
Food & Beverage Attendant
$ 17.00
30
5.1
$ 22.10
Bid
#1-32
Grants Secialist
$ 38.00
30
11.4
$ 49.40
Bid
#1-33
Graphic Artist
$ 36.00
30
10.8
$ 46.80
Bid
#1-34
IT Support Specialist
$ 32.00
30
9.6
$ 41.60
Bid
#1-35
Legal Assistant
$ 28.00
30
8.4
$ 36.40
Bid
#1-36
Mailroom Clerk
$ 17.00
30
5.1
$ 22.10
Bid
#1-37
Management Analyst
$ 40.00
30
12
$ 52.00
Bid
#1-38
Office Assistant
$ 17.00
30
5.1
$ 22.10
Bid
#1-39
Office Clerk
$ 18.00
30
5.4
$ 23.40
Bid
#1-40
Park Planner Assistant
$ 18.00
30
5.4
$ 23.40
Bid
#1-41
Parking Compliance Tech
$ 18.00
30
5.4
$ 23.40
Bid
#1-42
Parts Analyst
$ 25.00
30
7.5
$ 32.50
Bid
#1-43
Payroll Clerk
$ 21.00
30
6.3
$ 27.30
Bid
#1-44
Project Adminstrator
$ 30.00
30
9
$ 39.00
Bid
#1-45
Project Assistant
$ 24.00
30
7.2
$ 31.20
Bid
#1-46
Public Events Coordinator
$ 26.00
30
7.8
$ 33.80
Bid
#1-47
Public Safety Communicator
$ 23.00
30
6.9
$ 29.90
Bid
#1-48
Purchasing Adminstrator
$ 30.00
30
9
$ 39.00
Bid
#1-49
Purchasing Assistant
$ 20.00
30
6
$ 26.00
Bid
#1-50
Purchasing Clerk
$ 20.00
30
6
$ 26.00
Bid
#1-51
Quality Assurance
$ 30.00
30
9
$ 39.00
Bid
#1-52
Quality Improvement Specialist
$ 30.00
30
9
$ 39.00
Bid
#1-53
Skills Trade Technician
$ 25.00
30
7.5
$ 32.50
Bid
#1-54
Sr. Administrative Assistant
$ 25.00
30
7.5
$ 32.50
Bid
#1-55
Sr. Contract Compliance Specialist
$ 38.00
30
11.4
$ 49.40
Bid
#1-56
Sr. Customer Service Rep
$ 22.00
30
6.6
$ 28.60
Bid
#1-57
Sr. Executive Assistant
$ 34.00
30
10.2
$ 44.20
Bid
#1-58
Sr. Graphic Designer
$ 45.00
30
13.5
$ 58.50
Bid
#1-59
Sr. Skilled Trades Technician
$ 30.00
30
9
$ 39.00
Bid
#1-60
Technical Trainer
$ 34.00
30
10.2
$ 44.20
Bid
#1-61
Traffic Director
$ 40.00
30
12
$ 52.00
Bid
#1-62
Trainer
$ 26.00
30
7.8
$ 33.80
Bid
#1-63
Web Designer
$ 65.00
30
19.5
$ 84.50
Bid
#2-1
Accounting Services Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-2
Accounts Payable Coordinator
$ 30.00
30
9
$ 39.00
Bid
#2-3
Administrative Services Mgr
$ 45.00
30
13.5
$ 58.50
Bid
#24
Administrative Svc Coordinator
$ 27.00
30
8.1
$ 35.10
Bid
#2-5
Agenda Coordinator
$ 35.00
30
10.5
$ 45.50
Vendor Services Agreement Page 17 of 30
Bid
#2-6
Agenda Specialist
$ 40.00
30
12
$ 52.00
Bid
#2-7
Airport Operations Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-8
Airport Operations Supervisor
$ 40.00
30
12
$ 52.00
Bid
#2-9
Airport Project Coordinator
$ 30.00
30
9
$ 39.00
Bid
#2-10
AMI Administrator
$ 28.00
30
8.4
$ 36.40
Bid
#2-11
Arborist I
$ 40.00
30
12
$ 52.00
Bid
#2-12
Arborist II
$ 45.00
30
13.5
$ 58.50
Bid
#2-13
Architectural Services Manager
$ 60.00
30
18
$ 78.00
Bid
#2-14
Asset Management Specialist
$ 40.00
30
12
$ 52.00
Bid
#2-15
Assistant Aquatics Supervisor
$ 40.00
30
12
$ 52.00
Bid
#2-16
Assistant Building Official
$ 32.00
30
9.6
$ 41.60
Bid
#2-17
Assistant to the City Manager
$ 40.00
30
12
$ 52.00
Bid
#2-18
Assistant Water Director
$ 65.00
30
19.5
$ 84.50
Bid
#2-19
Asst Aviation Director
$ 70.00
30
21
$ 91.00
Bid
#2-20
Asst City Attorney 1
$ 100.00
30
30
$ 130.00
Bid
#2-21
Asst City Attorney 11
$ 120.00
30
36
$ 156.00
Bid
#2-22
Asst City Attorney/Prosecutor
$ 120.00
30
36
$ 156.00
Bid
#2-23
Asst City Atty/DFW Airprt Atty
$ 120.00
30
36
$ 156.00
Bid
#2-24
Asst City Auditor
$ 85.00
30
25.5
$ 110.50
Bid
#2-25
Asst City Secretary
$ 40.00
30
12
$ 52.00
Bid
#2-26
Asst Clerk of the Court
$ 30.00
30
9
$ 39.00
Bid
#2-27
Asst Code Compliance Dir
$ 80.00
30
24
$ 104.00
Bid
#2-28
Asst Comm/Public Engagement
Dir
$ 80.00
30
24
$ 104.00
Bid
#2-29
Asst Data Reporting Supv
$ 45.00
30
13.5
$ 58.50
Bid
#2-30
Asst Development Services Dir
$ 80.00
30
24
$ 104.00
Bid
#2-31
Asst Diversity & Inclusion Dir
$ 80.00
30
24
$ 104.00
Bid
#2-32
Asst Econ Dev Director
$ 80.00
30
24
$ 104.00
Bid
#2-33
Asst Emergency Mgmt Coordinato
$ 35.00
30
10.5
$ 45.50
Bid
#2-34
Asst Environmental Services Dir
$ 85.00
30
25.5
$ 110.50
Bid
#2-35
Asst Facilities Superintendent
$ 45.00
30
13.5
$ 58.50
Bid
#2-36
Asst Field Operations Supv
$ 42.00
30
12.6
$ 54.60
Bid
#2-37
Asst Finance Director
$ 90.00
30
27
$ 117.00
Bid
#2-38
Asst Fire Director
$ 80.00
30
24
$ 104.00
Bid
#2-39
Asst Forensic Division Manager
$ 60.00
30
18
$ 78.00
Bid
#2-40
Asst Golf Professional
$ 22.00
30
6.6
$ 28.60
Bid
#2-41
Asst Historic Site Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-42
Asst Human Resources Director
$ 75.00
30
22.5
$ 97.50
Bid
#2-43
Asst IT Solutions Director
$ 130.00
30
39
$ 169.00
Bid
#2-44
Asst Library Director
$ 75.00
30
22.5
$ 97.50
Bid
#2-45
Asst Municipal Court Svcs
Director
$ 75.00
30
22.5
$ 97.50
Bid
#2-46
Asst Neighborhood Svcs Dir
$ 75.00
30
22.5
$ 97.50
Bid
#2-47
Asst Park/Recreation Director
$ 75.00
30
22.5
$ 97.50
Bid
#2-48
Asst Parts/Materials Supv
$ 30.00
30
9
$ 39.00
Bid
#2-49
Asst Planning/Data Analytics
Director
$ 75.00
30
22.5
$ 97.50
Vendor Services Agreement Page 18 of 30
Bid
#2-50
Asst Police Director
$ 75.00
30
22.5
$ 97.50
Bid
#2-51
Asst Property Mgmt Director
$ 75.00
30
22.5
$ 97.50
Bid
#2-52
Asst Pub Facilities/Events Dir
$ 75.00
30
22.5
$ 97.50
Bid
#2-53
Asst Public Safety Support Mgr
$ 45.00
30
13.5
$ 58.50
Bid
#2-54
Asst TPW Superintendent
$ 44.00
30
13.2
$ 57.20
Bid
#2-55
Asst Trans/Public Works Dir
$ 80.00
30
24
$ 104.00
Bid
#2-56
Asst Water Systems Supt
$ 42.00
30
12.6
$ 54.60
Bid
#2-57
Athletic Coordinator
$ 25.00
30
7.5
$ 32.50
Bid
#2-58
Audit Manager
$ 75.00
30
22.5
$ 97.50
Bid
#2-59
Auditor
$ 75.00
30
22.5
$ 97.50
Bid
#2-60
Auto Body Repairer
$ 22.00
30
6.6
$ 28.60
Bid
#2-61
Billing & Accounting Manager
$ 55.00
30
16.5
$ 71.50
Bid
#2-62
Botanic Garden Superintendent
$ 45.00
30
13.5
$ 58.50
Bid
#2-63
Budget Analyst I
$ 35.00
30
10.5
$ 45.50
Bid
#2-64
Budget Analyst II
$ 42.00
30
12.6
$ 54.60
Bid
#2-65
Budget Manager
$ 70.00
30
21
$ 91.00
Bid
#2-66
Business Development Manager
$ 60.00
30
18
$ 78.00
Bid
#2-67
Business Process Analyst I
$ 45.00
30
13.5
$ 58.50
Bid
#2-68
Business Process Analyst 11
$ 55.00
30
16.5
$ 71.50
Bid
#2-69
Buyer IT
$ 45.00
30
13.5
$ 58.50
Bid
#2-70
Cable Services Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-71
Call Center Analyst
$ 30.00
30
9
$ 39.00
Bid
#2-72
Capital Projects Manager
$ 75.00
30
22.5
$ 97.50
Bid
#2-73
Centralized PD Payroll Coard
$ 34.00
30
10.2
$ 44.20
Bid
#2-74
Chemist
$ 40.00
30
12
$ 52.00
Bid
#2-75
Chief Deputy City Marshal
$ 85.00
30
25.5
$ 110.50
Bid
#2-76
Chief Helicopter Pilot
$ 130.00
30
39
$ 169.00
Bid
#2-77
Chief of Staff
$ 100.00
30
30
$ 130.00
Bid
#2-78
Chief Prosecutor
$ 110.00
30
33
$ 143.00
Bid
#2-79
City Forester
$ 45.00
30
13.5
$ 58.50
Bid
#2-80
City Marshal
$ 65.00
30
19.5
$ 84.50
Bid
#2-81
Clerk Of Municipal Court
$ 26.00
30
7.8
$ 33.80
Bid
#2-82
Code Compliance Superintendent
$ 55.00
30
16.5
$ 71.50
Bid
#2-83
Code Compliance Supervisor
$ 45.00
30
13.5
$ 58.50
Bid
#2-84
Code Compliance Technician
$ 28.00
30
8.4
$ 36.40
Bid
#2-85
Combination Inspector
$ 35.00
30
10.5
$ 45.50
Bid
#2-86
Communication Coordinator
$ 32.00
30
9.6
$ 41.60
Bid
#2-87
Communications Specialist
$ 28.00
30
8.4
$ 36.40
Bid
#2-88
Community Center Aide
$ 18.00
30
5.4
$ 23.40
Bid
#2-89
Community Center Coordinator
$ 25.00
30
7.5
$ 32.50
Bid
#2-90
Community Center Supervisor
$ 30.00
30
9
$ 39.00
Bid
#2-91
Community Services Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-92
Compliance and Planning Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-93
Computer Forensic Examiner
$ 50.00
30
15
$ 65.00
Bid
#2-94
Conservation Specialist
$ 30.00
30
9
$ 39.00
Bid
#2-95
Construction Inspection Supv
$ 45.00
30
13.5
$ 58.50
Vendor Services Agreement Page 19 of 30
Bid
#2-96
Construction Inspector I
$ 35.00
30
10.5
$ 45.50
Bid
#2-97
Construction Inspector II
$ 45.00
30
13.5
$ 58.50
Bid
#2-98
Construction Manager
$ 70.00
30
21
$ 91.00
Bid
#2-99
Construction Superintendent
$ 55.00
30
16.5
$ 71.50
Bid
#2-100
Consumer Health Specialist
$ 30.00
30
9
$ 39.00
Bid
#2-101
Contract Services Admin
$ 35.00
30
10.5
$ 45.50
Bid
#2-102
Courier
$ 18.00
30
5.4
$ 23.40
Bid
#2-103
Crime Analyst
$ 30.00
30
9
$ 39.00
Bid
#2-104
Crime Lab Qa Coordinator
$ 32.00
30
9.6
$ 41.60
Bid
#2-105
Criminal Intelligence Analyst
$ 35.00
30
10.5
$ 45.50
Bid
#2-106
Cross Connection Tech Supv
$ 35.00
30
10.5
$ 45.50
Bid
#2-107
Cross Connection Technician
$ 25.00
30
7.5
$ 32.50
Bid
#2-108
Customer Service Administrator
$ 30.00
30
9
$ 39.00
Bid
#2-109
Customer Service Info Spec
$ 24.00
30
7.2
$ 31.20
Bid
#2-110
Customer Service Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-111
Customer Service Rep I
$ 18.00
30
5.4
$ 23.40
Bid
#2-112
Customer Service Rep II
$ 21.00
30
6.3
$ 27.30
Bid
#2-113
Customer Service Supervisor
$ 28.00
30
8.4
$ 36.40
Bid
#2-114
Customer Solutions Analyst
$ 30.00
30
9
$ 39.00
Bid
#2-115
Data Analytics Manager
$ 100.00
30
30
$ 130.00
Bid
#2-116
Data Reporting Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-117
Data Science Analyst I
$ 85.00
30
25.5
$ 110.50
Bid
#2-118
Data Science Analyst II
$ 110.00
30
33
$ 143.00
Bid
#2-119
Database Administrator
$ 75.00
30
22.5
$ 97.50
Bid
#2-120
Deputy Chief of Staff
$ 75.00
30
22.5
$ 97.50
Bid
#2-121
Deputy City Attorney
$ 125.00
30
37.5
$ 162.50
Bid
#2-122
Deputy Court Clerk
$ 22.00
30
6.6
$ 28.60
Bid
#2-123
Development Inspection Spclst
$ 35.00
30
10.5
$ 45.50
Bid
#2-124
Development Inspection Supv
$ 40.00
30
12
$ 52.00
Bid
#2-125
Development Project Coord
$ 30.00
30
9
$ 39.00
Bid
#2-126
Development Support Administra
$ 25.00
30
7.5
$ 32.50
Bid
#2-127
District Superintendent
$ 50.00
30
15
$ 65.00
Bid
#2-128
Diversity and Inclusion Mgr
$ 45.00
30
13.5
$ 58.50
Bid
#2-129
Economic Development
Coordinator
$ 32.00
30
9.6
$ 41.60
Bid
#2-130
Economic Development Manager
$ 50.00
30
15
$ 65.00
Bid
#2-131
Economic Development Spec
$ 35.00
30
10.5
$ 45.50
Bid
#2-132
Education Strategy Manager
$ 50.00
30
15
$ 65.00
Bid
#2-133
Electronics Technician
$ 27.00
30
8.1
$ 35.10
Bid
#2-134
Emergency Management Coord
$ 35.00
30
10.5
$ 45.50
Bid
#2-135
Emergency Management Officer I
$ 28.00
30
8.4
$ 36.40
Bid
#2-136
Emergency Mgmt Officer II
$ 33.00
30
9.9
$ 42.90
Bid
#2-137
Emergency Ops Center Tech
$ 23.00
30
6.9
$ 29.90
Bid
#2-138
Employee Labor Relations Mgr
$ 48.00
30
14.4
$ 62.40
Bid
#2-139
Energy Compliance Analyst
$ 35.00
30
10.5
$ 45.50
Bid
#2-140
Energy Manager
$ 55.00
30
16.5
$ 71.50
Vendor Services Agreement Page 20 of 30
Bid
#2-146
Environmental Program Manager
$ 75.00
30
22.5
$ 97.50
Bid
#2-147
Environmental Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#2-148
Environmental Supervisor
$ 42.00
30
12.6
$ 54.60
Bid
#2-149
Environmental Technician
$ 25.00
30
7.5
$ 32.50
Bid
#2-150
Equine Care Specialist
$ 24.00
30
7.2
$ 31.20
Bid
#2-151
Equipment Operator
$ 22.00
30
6.6
$ 28.60
Bid
#2-152
Equipment Operator Trainee
$ 18.00
30
5.4
$ 23.40
Bid
#2-153
Facilities Planner
$ 35.00
30
10.5
$ 45.50
Bid
#2-154
Facilities Superintendent
$ 45.00
30
13.5
$ 58.50
Bid
#2-155
Facilities Supervisor
$ 30.00
30
9
$ 39.00
Bid
#2-156
FD Protection Specialist
$ 32.00
30
9.6
$ 41.60
Bid
#2-157
Field Operations Crewleader
$ 28.00
30
8.4
$ 36.40
Bid
#2-158
Field Operations Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-159
Field Operations Supt
$ 45.00
30
13.5
$ 58.50
Bid
#2-160
Field Services Representative
$ 25.00
30
7.5
$ 32.50
Bid
#2-161
Financial Payroll Administrator
$ 35.00
30
10.5
$ 45.50
Bid
#2-162
Financial Payroll Analyst
$ 32.00
30
9.6
$ 41.60
Bid
#2-163
Financial Payroll Coordinator
$ 35.00
30
10.5
$ 45.50
Bid
#2-164
Financial Reporting Coord
$ 45.00
30
13.5
$ 58.50
Bid
#2-165
Financial Services Manager
$ 75.00
30
22.5
$ 97.50
Bid
#2-166
Fleet Analyst
$ 30.00
30
9
$ 39.00
Bid
#2-167
Fleet Coordinator
$ 28.00
30
8.4
$ 36.40
Bid
#2-168
Fleet Crewleader
$ 32.00
30
9.6
$ 41.60
Bid
#2-169
Fleet Mechanic I
$ 28.00
30
8.4
$ 36.40
Bid
#2-170
Fleet Mechanic II
$ 32.00
30
9.6
$ 41.60
Bid
#2-171
Fleet Superintendent
$ 45.00
30
13.5
$ 58.50
Bid
#2-172
Fleet Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-173
Food & Beverage Coordinator
$ 21.00
30
6.3
$ 27.30
Bid
#2-174
Forensic Division Manager
$ 75.00
30
22.5
$ 97.50
Bid
#2-175
Forensic Scientist I
$ 30.00
30
9
$ 39.00
Bid
#2-176
Forensic Scientist II
$ 35.00
30
10.5
$ 45.50
Bid
#2-177
Forensic Scientist III
$ 45.00
30
13.5
$ 58.50
Bid
#2-178
Forensic Scientist IV
$ 55.00
30
16.5
$ 71.50
Bid
#2-179
Forensic Supervisor
$ 75.00
30
22.5
$ 97.50
Bid
#2-180
Garden Center Coordinator
$ 22.00
30
6.6
$ 28.60
Bid
#2-181
Gardener
$ 18.00
30
5.4
$ 23.40
Bid
#2-182
Gas Lease Analyst
$ 40.00
30
12
$ 52.00
Bid
#2-183
Gas Well Inspector
$ 45.00
30
13.5
$ 58.50
Bid
#2-184
Gas Well Manager
$ 65.00
30
19.5
$ 84.50
Bid
#2-185
Golf Professional
$ 32.00
30
9.6
$ 41.60
Bid
#2-186
Golf Shop Attendant
$ 18.00
30
5.4
$ 23.40
Bid
#2-187
Governmental Affairs Liaison
$ 50.00
30
15
$ 65.00
Bid
#2-189
Grants Manager
$ 40.00
30
12
$ 52.00
Bid
#2-190
Grants Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#2-191
Greenhouse Attendant
$ 18.00
30
5.4
$ 23.40
Bid
#2-192
Greenspace Initiatives Mgr
$ 42.00
30
12.6
$ 54.60
Vendor Services Agreement Page 21 of 30
Bid
#2-193
Ground Transportation Coord
$ 30.00
30
9
$ 39.00
Bid
#2-194
Helicopter Mechanic
$ 40.00
30
12
$ 52.00
Bid
#2-195
Helicopter Pilot
$ 85.00
30
25.5
$ 110.50
Bid
#2-196
Historic Site Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-197
Housing Development Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-198
Housing Program Supervisor
$ 40.00
30
12
$ 52.00
Bid
#2-199
Housing Rehabilitation Tech I
$ 25.00
30
7.5
$ 32.50
Bid
#2-200
Housing Rehabilitation Tech II
$ 32.00
30
9.6
$ 41.60
Bid
#2-201
HR Business Partner
$ 55.00
30
16.5
$ 71.50
Bid
#2-202
HRIS Manager
$ 60.00
30
18
$ 78.00
Bid
#2-203
HRIS Specialist
$ 40.00
30
12
$ 52.00
Bid
#2-204
Human Relations Administrator
$ 45.00
30
13.5
$ 58.50
Bid
#2-205
Human Relations Coordinator
$ 35.00
30
10.5
$ 45.50
Bid
#2-206
Human Relations Investigator
$ 35.00
30
10.5
$ 45.50
Bid
#2-207
Human Relations Manager
$ 60.00
30
18
$ 78.00
Bid
#2-208
Human Resources Analyst
$ 38.00
30
11.4
$ 49.40
Bid
#2-209
Human Resources Coordinator
$ 30.00
30
9
$ 39.00
Bid
#2-210
Human Resources Manager
$ 50.00
30
15
$ 65.00
Bid
#2-211
Human Services Coordinator
$ 32.00
30
9.6
$ 41.60
Bid
#2-212
Human Services Manager
$ 60.00
30
18
$ 78.00
Bid
#2-213
Human Services Specialist
$ 30.00
30
9
$ 39.00
Bid
#2-214
Infrastructure QC Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#2-215
Instrumentation/Elect Apprentice 1
$ 22.00
30
6.6
$ 28.60
Bid
#2-216
Instrumentation/Elect Apprentice
11
$ 27.00
30
8.1
$ 35.10
Bid
#2-217
Instrumentation/Elect Supv
$ 40.00
30
12
$ 52.00
Bid
#2-218
Instrumentation/Elect Tech 1
$ 28.00
30
8.4
$ 36.40
Bid
#2-219
Instrumentation/Elect Tech 11
$ 32.00
30
9.6
$ 41.60
Bid
#2-220
Intergovernmental Relations
Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-221
IT Auditor
$ 120.00
30
36
$ 156.00
Bid
#2-222
IT Business Planner I
$ 85.00
30
25.5
$ 110.50
Bid
#2-223
IT Business Planner II
$ 100.00
30
30
$ 130.00
Bid
#2-224
IT Business Systems Coordinator
$ 80.00
30
24
$ 104.00
Bid
#2-225
IT Change Management Analyst
$ 120.00
30
36
$ 156.00
Bid
#2-226
IT Help Desk Technician
$ 30.00
30
9
$ 39.00
Bid
#2-227
IT Information Security Anlyst
$ 120.00
30
36
$ 156.00
Bid
#2-228
IT Operations Specialist
$ 80.00
30
24
$ 104.00
Bid
#2-229
IT PC Support Specialist
$ 45.00
30
13.5
$ 58.50
Bid
#2-230
IT Programmer/Analyst I
$ 75.00
30
22.5
$ 97.50
Bid
#2-231
IT Programmer/Analyst II
$ 95.00
30
28.5
$ 123.50
Bid
#2-232
IT Project Consultant
$ 125.00
30
37.5
$ 162.50
Bid
#2-233
IT Services Specialist
$ 90.00
30
27
$ 117.00
Bid
#2-234
IT Solutions Architect
$ 130.00
30
39
$ 169.00
Bid
#2-235
IT Solutions Manager
$ 135.00
30
40.5
$ 175.50
Bid
#2-236
IT Solutions Project Coordinator I
$ 75.00
30
22.5
$ 97.50
Vendor Services Agreement Page 22 of 30
Bid
#2-237
IT Solutions Project Coordinator II
$ 90.00
30
27
$ 117.00
Bid
#2-238
IT Solutions Project Manager
$ 125.00
30
37.5
$ 162.50
Bid
#2-239
IT Solutions Supervisor
$ 120.00
30
36
$ 156.00
Bid
#2-240
IT Tech Support Analyst I
$ 40.00
30
12
$ 52.00
Bid
#2-241
IT Tech Support Analyst TT
$ 50.00
30
15
$ 65.00
Bid
#2-242
Jury Coordinator
$ 23.00
30
6.9
$ 29.90
Bid
#2-243
Laboratory Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-244
Land Agent
$ 30.00
30
9
$ 39.00
Bid
#2-247
Latent Print Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-248
Lean Administrator
$ 35.00
30
10.5
$ 45.50
Bid
#2-249
Lease Manager
$ 35.00
30
10.5
$ 45.50
Bid
#2-250
Librarian
$ 30.00
30
9
$ 39.00
Bid
#2-251
Librarian Manager
$ 40.00
30
12
$ 52.00
Bid
#2-252
Librarian Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-253
Library Assistant
$ 20.00
30
6
$ 26.00
Bid
#2-254
Library Page
$ 18.00
30
5.4
$ 23.40
Bid
#2-255
Maintenance Worker
$ 18.00
30
5.4
$ 23.40
Bid
#2-256
Management Analyst II
$ 50.00
30
15
$ 65.00
Bid
#2-257
Management Analyst T
$ 60.00
30
18
$ 78.00
Bid
#2-258
Media Services Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#2-259
Meter Services Technician I
$ 30.00
30
9
$ 39.00
Bid
#2-260
Meter Services Technician II
$ 40.00
30
12
$ 52.00
Bid
#2-261
Microbiologist
$ 65.00
30
19.5
$ 84.50
Bid
#2-262
Municipal Court Clerk I
$ 22.00
30
6.6
$ 28.60
Bid
#2-263
Municipal Court Clerk II
$ 25.00
30
7.5
$ 32.50
Bid
#2-264
Natural Resource Technician
$ 25.00
30
7.5
$ 32.50
Bid
#2-265
Natural Scientist
$ 55.00
30
16.5
$ 71.50
Bid
#2-266
Natural Scientist Supervisor
$ 65.00
30
19.5
$ 84.50
Bid
#2-267
Nature Center Manager
$ 40.00
30
12
$ 52.00
Bid
#2-268
Neighborhood Develop Spec
$ 30.00
30
9
$ 39.00
Bid
#2-269
Neighborhood Prgm Coordinator
$ 30.00
30
9
$ 39.00
Bid
#2-270
Neighborhood Services Manager
$ 40.00
30
12
$ 52.00
Bid
#2-271
Neighborhood Develop Coard
$ 30.00
30
9
$ 39.00
Bid
#2-272
Neighborhood Develop Manager
$ 40.00
30
12
$ 52.00
Bid
#2-273
Operation and Maintenance Tech
$ 25.00
30
7.5
$ 32.50
Bid
#2-274
Park Planner
$ 30.00
30
9
$ 39.00
Bid
#2-275
Parking Meter Technician I
$ 20.00
30
6
$ 26.00
Bid
#2-276
Parking Meter Technician II
$ 25.00
30
7.5
$ 32.50
Bid
#2-277
Parking Operations Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-278
Parts Expediter
$ 25.00
30
7.5
$ 32.50
Bid
#2-279
Parts/Materials Supervisor
$ 32.00
30
9.6
$ 41.60
Bid
#2-280
Payroll Specialist
$ 28.00
30
8.4
$ 36.40
Bid
#2-281
Payroll Specialist Coordinator
$ 32.00
30
9.6
$ 41.60
Bid
#2-282
Payroll Specialist Supervisor
$ 40.00
30
12
$ 52.00
Bid
#2-283
PeopleSoft Developer
$ 85.00
30
25.5
$ 110.50
Bid
#2-284
PeopleSoft Systems Admin
$ 75.00
30
22.5
$ 97.50
Vendor Services Agreement Page 23 of 30
Bid
#2-285
Perfonnance Manager
$ 55.00
30
16.5
$ 71.50
Bid
#2-286
Performance Administrator
$ 45.00
30
13.5
$ 58.50
Bid
#2-287
Performance Analyst
$ 45.00
30
13.5
$ 58.50
Bid
#2-288
Pesticide Applicator
$ 25.00
30
7.5
$ 32.50
Bid
#2-289
Planner II
$ 35.00
30
10.5
$ 45.50
Bid
#2-290
Planner T
$ 35.00
30
10.5
$ 45.50
Bid
#2-291
Planner -Scheduler
$ 32.00
30
9.6
$ 41.60
Bid
#2-292
Planning Assistant
$ 21.00
30
6.3
$ 27.30
Bid
#2-293
Planning Manager
$ 55.00
30
16.5
$ 71.50
Bid
#2-294
Plans Examiner
$ 35.00
30
10.5
$ 45.50
Bid
#2-295
Plans Examiner Supervisor
$ 40.00
30
12
$ 52.00
Bid
#2-296
Police Employment Services Mgr
$ 50.00
30
15
$ 65.00
Bid
#2-297
Police Employment Specialist
$ 32.00
30
9.6
$ 41.60
Bid
#2-298
Police Oversight Deputy Direct
$ 60.00
30
18
$ 78.00
Bid
#2-299
Police Public Information Ofer
$ 40.00
30
12
$ 52.00
Bid
#2-300
Process Control Systems Spc
$ 40.00
30
12
$ 52.00
Bid
#2-302
Program Coordinator
$ 35.00
30
10.5
$ 45.50
Bid
#2-303
Program Support Division Admin
$ 40.00
30
12
$ 52.00
Bid
#2-304
Project Controls Specialist 11
$ 38.00
30
11.4
$ 49.40
Bid
#2-305
Property & Casualty Adjuster 1
$ 35.00
30
10.5
$ 45.50
Bid
#2-306
Property & Casualty Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-307
Property &Casualty Adjuster II
$ 39.00
30
11.7
$ 50.70
Bid
#2-308
Property Control Attendant
$ 22.00
30
6.6
$ 28.60
Bid
#2-309
Property Control Specialist
$ 30.00
30
9
$ 39.00
Bid
#2-310
Property Control Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-311
Protective Gear Specialist
$ 30.00
30
9
$ 39.00
Bid
#2-312
Public Education Prgm Coord
$ 35.00
30
10.5
$ 45.50
Bid
#2-313
Public Education Specialist
$ 25.00
30
7.5
$ 32.50
Bid
#2-314
Public Events Attendant
$ 18.00
30
5.4
$ 23.40
Bid
#2-315
Public Information Coordinator
$ 28.00
30
8.4
$ 36.40
Bid
#2-316
Public Information Specialist
$ 30.00
30
9
$ 39.00
Bid
#2-317
Public Safety Support Manager
$ 50.00
30
15
$ 65.00
Bid
#2-318
Purchasing Manager
$ 50.00
30
15
$ 65.00
Bid
#2-319
Purchasing Supervisor
$ 35.00
30
10.5
$ 45.50
Bid
#2-320
Quality Control Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#2-321
Quality Improvement Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#2-322
Real Property Manager
$ 40.00
30
12
$ 52.00
Bid
#2-323
Records Administrator
$ 32.00
30
9.6
$ 41.60
Bid
#2-324
Records Analyst
$ 30.00
30
9
$ 39.00
Bid
#2-325
Records and Infor Mgt Officer
$ 35.00
30
10.5
$ 45.50
Bid
#2-326
Recreation Programmer
$ 32.00
30
9.6
$ 41.60
Bid
#2-327
Regional Librarian Supervisor
$ 32.00
30
9.6
$ 41.60
Bid
#2-329
Regulatory/Environmental Admin
$ 43.00
30
12.9
$ 55.90
Bid
#2-330
Safety Administrator
$ 45.00
30
13.5
$ 58.50
Bid
#2-331
Safety Coordinator
$ 40.00
30
12
$ 52.00
Bid
#2-332
Safety Officer
$ 35.00
30
10.5
$ 45.50
Vendor Services Agreement Page 24 of 30
Bid
#2-333
Sales and Events Manager
$ 42.00
30
12.6
$ 54.60
Bid
#2-334
Sales Associate
$ 23.00
30
6.9
$ 29.90
Bid
#2-335
School Crossing Guard Pgm Mgr
$ 30.00
30
9
$ 39.00
Bid
#2-336
Security Coordinator
$ 35.00
30
10.5
$ 45.50
Bid
#2-337
Security Systems Technician
$ 35.00
30
10.5
$ 45.50
Bid
#2-338
Signal Systems Crewleader
$ 35.00
30
10.5
$ 45.50
Bid
#2-339
Signal Systems Supervisor
$ 36.00
30
10.8
$ 46.80
Bid
#2-340
Signal Systems Technician I
$ 30.00
30
9
$ 39.00
Bid
#2-341
Signal Systems Technician II
$ 35.00
30
10.5
$ 45.50
Bid
#2-342
Signs and Markings Technician I
$ 25.00
30
7.5
$ 32.50
Bid
#2-343
Signs and Markings Technician
TT
$ 30.00
30
9
$ 39.00
Bid
#2-344
Signs Fabricator
$ 30.00
30
9
$ 39.00
Bid
#2-345
Skilled Trades Technician 1
$ 28.00
30
8.4
$ 36.40
Bid
#2-346
Skilled Trades Technician II
$ 32.00
30
9.6
$ 41.60
Bid
#2-347
Sports Field Monitor
$ 25.00
30
7.5
$ 32.50
Bid
#2-348
Sr Account Technician
$ 26.00
30
7.8
$ 33.80
Bid
#2-350
Sr Administrative Asst
$ 30.00
30
9
$ 39.00
Bid
#2-351
Sr Administrative Services Mgr
$ 45.00
30
13.5
$ 58.50
Bid
#2-352
Sr Arborist
$ 45.00
30
13.5
$ 58.50
Bid
#2-353
Sr Assistant City Attorney
$ 85.00
30
25.5
$ 110.50
Bid
#2-354
Sr Asst City Attny Sect Chief
$ 100.00
30
30
$ 130.00
Bid
#2-355
Sr Auditor
$ 65.00
30
19.5
$ 84.50
Bid
#2-356
Sr Auto Body Repairer
$ 30.00
30
9
$ 39.00
Bid
#2-357
Sr Budget Analyst
$ 50.00
30
15
$ 65.00
Bid
#2-358
Sr Business Process Analyst
$ 55.00
30
16.5
$ 71.50
Bid
#2-359
Sr Buyer
$ 45.00
30
13.5
$ 58.50
Bid
#2-360
Sr Capital Projects Officer
$ 65.00
30
19.5
$ 84.50
Bid
#2-361
Sr Chemist
$ 50.00
30
15
$ 65.00
Bid
#2-362
Sr Combination Inspector
$ 45.00
30
13.5
$ 58.50
Bid
#2-363
Sr Construction Inspector
$ 50.00
30
15
$ 65.00
Bid
#2-364
Sr Consumer Health Specialist
$ 45.00
30
13.5
$ 58.50
Bid
#2-365
Sr Contract Compliance Spec
$ 45.00
30
13.5
$ 58.50
Bid
#2-366
Sr Crime Analyst
$ 50.00
30
15
$ 65.00
Bid
#2-367
Sr Customer Service Rep
$ 30.00
30
9
$ 39.00
Bid
#2-368
Sr Data Reporting Technician
$ 35.00
30
10.5
$ 45.50
Bid
#2-369
Sr Data Science Analyst
$ 75.00
30
22.5
$ 97.50
Bid
#2-370
Sr Develop Project Facilitator
$ 50.00
30
15
$ 65.00
Bid
#2-371
Sr Emergency Management
Officer
$ 45.00
30
13.5
$ 58.50
Bid
#2-373
Sr Environmental Specialist
$ 50.00
30
15
$ 65.00
Bid
#2-374
Sr Equipment Operator
$ 33.00
30
9.9
$ 42.90
Bid
#2-375
Sr Executive Asst to City Mgmt
$ 45.00
30
13.5
$ 58.50
Bid
#2-376
Sr Facilities Planner
$ 42.00
30
12.6
$ 54.60
Bid
#2-377
Sr Field Services Representative
$ 35.00
30
10.5
$ 45.50
Bid
#2-378
Sr Financial Reporting Analyst
$ 45.00
30
13.5
$ 58.50
Vendor Services Agreement Page 25 of 30
Bid
#2-379
Sr Fleet Mechanic
$ 35.00
30
10.5
$ 45.50
Bid
#2-380
Sr Food & Beverage Attendant
$ 23.00
30
6.9
$ 29.90
Bid
#2-381
Sr Gardener
$ 23.00
30
6.9
$ 29.90
Bid
#2-382
Sr Golf Shop Attendant
$ 22.00
30
6.6
$ 28.60
Bid
#2-383
Sr Graphic Artist
$ 32.00
30
9.6
$ 41.60
Bid
#2-384
Sr Human Rel Investigator
$ 35.00
30
10.5
$ 45.50
Bid
#2-385
Sr Human Resources Analyst
$ 45.00
30
13.5
$ 58.50
Bid
#2-386
Sr Human Services Specialist
$ 45.00
30
13.5
$ 58.50
Bid
#2-387
Sr Instrumentation/Elect Tech
$ 40.00
30
12
$ 52.00
Bid
#2-388
Sr IT Business Planner
$ 85.00
30
25.5
$ 110.50
Bid
#2-389
Sr IT Communications Tech
$ 60.00
30
18
$ 78.00
Bid
#2-390
Sr IT Help Desk Technician
$ 55.00
30
16.5
$ 71.50
Bid
#2-391
Sr IT Info Security Analyst
$ 120.00
30
36
$ 156.00
Bid
#2-392
Sr IT Operations Specialist
$ 100.00
30
30
$ 130.00
Bid
#2-393
Sr IT Programmer/Analyst
$ 110.00
30
33
$ 143.00
Bid
#2-394
Sr IT Solutions Manager
$ 150.00
30
45
$ 195.00
Bid
#2-395
Sr IT Solutions Project Manager
$ 150.00
30
45
$ 195.00
Bid
#2-396
Sr IT Tech Support Analyst
$ 80.00
30
24
$ 104.00
Bid
#2-397
Sr IT Telecommunications
Technician
$ 75.00
30
22.5
$ 97.50
Bid
#2-398
Sr Land Agent
$ 40.00
30
12
$ 52.00
Bid
#2-399
Sr Legal Assistant
$ 35.00
30
10.5
$ 45.50
Bid
#2-400
Sr Librarian
$ 35.00
30
10.5
$ 45.50
Bid
#2-401
Sr Loan Services Rep
$ 35.00
30
10.5
$ 45.50
Bid
#2-402
Sr Maintenance Worker
$ 30.00
30
9
$ 39.00
Bid
#2-403
Sr Management Analyst
$ 60.00
30
18
$ 78.00
Bid
#2-404
Sr Meter Services Technician
$ 35.00
30
10.5
$ 45.50
Bid
#2-405
Sr Microbiologist
$ 75.00
30
22.5
$ 97.50
Bid
#2-406
Sr Municipal Court Clerk
$ 25.00
30
7.5
$ 32.50
Bid
#2-407
Sr PeopleSoft Developer
$ 120.00
30
36
$ 156.00
Bid
#2-408
Sr PeopleSoft Systems Admin
$ 100.00
30
30
$ 130.00
Bid
#2-409
Sr Planner
$ 45.00
30
13.5
$ 58.50
Bid
#2410
Sr Plans Examiner
$ 45.00
30
13.5
$ 58.50
Bid
#2-412
Sr Project Controls Specialist
$ 55.00
30
16.5
$ 71.50
Bid
#2-413
Sr Property Control Specialist
$ 55.00
30
16.5
$ 71.50
Bid
#2-414
Sr Property&Casualty Adjuster
$ 50.00
30
15
$ 65.00
Bid
#2-415
Sr Public Events Manager
$ 40.00
30
12
$ 52.00
Bid
#2-416
Sr Public Information Specialist
$ 40.00
30
12
$ 52.00
Bid
#2-417
Sr Purchasing Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-418
Sr Quality Control Special
$ 45.00
30
13.5
$ 58.50
Bid
#2-419
Sr Records Analyst
$ 35.00
30
10.5
$ 45.50
Bid
#2-420
Sr Recreation Programmer
$ 40.00
30
12
$ 52.00
Bid
#2-421
Sr Sales and Events Manager
$ 40.00
30
12
$ 52.00
Bid
#2-422
Sr Skilled Trades Technician
$ 35.00
30
10.5
$ 45.50
Bid
#2-423
Sr Survey Technician
$ 33.00
30
9.9
$ 42.90
Bid
#2-424
Sr Turbine Operator
$ 33.00
30
9.9
$ 42.90
Vendor Services Agreement Page 26 of 30
Bid
#2-425
Sr Utility Rate Analyst
$ 40.00
30
12
$ 52.00
Bid
#2-426
Sr Victim Asst Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#2-427
Sr Water Dispatch Representative
$ 33.00
30
9.9
$ 42.90
Bid
#2-428
Sr Water Systems Mechanic
$ 35.00
30
10.5
$ 45.50
Bid
#2-429
Sr Water Systems Technician
$ 35.00
30
10.5
$ 45.50
Bid
#2-430
Stagehand
$ 18.00
30
5.4
$ 23.40
Bid
#2-431
Stagehand Crewleader
$ 24.00
30
7.2
$ 31.20
Bid
#2-432
Stock Clerk
$ 18.00
30
5.4
$ 23.40
Bid
#2-433
Strategic Initiatives Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-434
Survey Superintendent
$ 40.00
30
12
$ 52.00
Bid
#2-435
Survey Technician
$ 30.00
30
9
$ 39.00
Bid
#2-436
Systems Administrator
$ 65.00
30
19.5
$ 84.50
Bid
#2-437
Technical Services Coordinator
$ 30.00
30
9
$ 39.00
Bid
#2-438
Teen Court Coordinator
$ 30.00
30
9
$ 39.00
Bid
#2-439
TPW Superintendent
$ 60.00
30
18
$ 78.00
Bid
#2-440
Traffic Services Worker
$ 20.00
30
6
$ 26.00
Bid
#2-441
Traffic Systems Crewleader
$ 30.00
30
9
$ 39.00
Bid
#2-442
Traffic Systems Supervisor
$ 30.00
30
9
$ 39.00
Bid
#2-443
Traffic Systems Technician 1
$ 25.00
30
7.5
$ 32.50
Bid
#2-444
Traffic Systems Technician II
$ 30.00
30
9
$ 39.00
Bid
#2-445
Training Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#2-446
Translator
$ 30.00
30
9
$ 39.00
Bid
#2-447
Transportation Manager
$ 50.00
30
15
$ 65.00
Bid
#2-448
Treasury Supervisor
$ 40.00
30
12
$ 52.00
Bid
#2-449
TT Communications Technician
$ 32.00
30
9.6
$ 41.60
Bid
#2-450
Turbine Operator
$ 35.00
30
10.5
$ 45.50
Bid
#2-451
Utility Line Crewleader
$ 32.00
30
9.6
$ 41.60
Bid
#2-452
Utility Line Technician
$ 28.00
30
8.4
$ 36.40
Bid
#2-453
Utility Operations Specialist
$ 32.00
30
9.6
$ 41.60
Bid
#2-454
Veterans Affairs Officer
$ 40.00
30
12
$ 52.00
Bid
#2-455
Veterinarian
$ 65.00
30
19.5
$ 84.50
Bid
#2-456
Veterinary Technician
$ 23.00
30
6.9
$ 29.90
Bid
#2-457
Victim Assistance Coordinator
$ 30.00
30
9
$ 39.00
Bid
#2-458
Victim Assistance Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#2-459
Video Producer/Director
$ 45.00
30
13.5
$ 58.50
Bid
#2-460
Volunteer Coordinator
$ 25.00
30
7.5
$ 32.50
Bid
#2-461
Volunteer Services Coordinator
$ 25.00
30
7.5
$ 32.50
Bid
#2-462
Warrant/Identification Supv
$ 35.00
30
10.5
$ 45.50
Bid
#2-463
Water Conservation Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-464
Water Customer Relations Mgr
$ 45.00
30
13.5
$ 58.50
Bid
#2-465
Water Dispatch Representative
$ 30.00
30
9
$ 39.00
Bid
#2-466
Water Field Operations
Crewleader
$ 35.00
30
10.5
$ 45.50
Bid
#2-467
Water Quality Manager
$ 45.00
30
13.5
$ 58.50
Bid
#2-468
Water Systems Mechanic I
$ 30.00
30
9
$ 39.00
Bid
#2-469
Water Systems Mechanic II
$ 35.00
30
10.5
$ 45.50
Vendor Services Agreement Page 27 of 30
Bid
#2-470
Water Systems Sampler
$ 30.00
30
9
$ 39.00
Bid
#2-471
Water Systems Specialist
$ 35.00
30
10.5
$ 45.50
Bid
#2-472
Water Systems Superintendent
$ 55.00
30
16.5
$ 71.50
Bid
#2-473
Water Systems Supv
$ 40.00
30
12
$ 52.00
Bid
#2-474
Water Systems Technician I
$ 28.00
30
8.4
$ 36.40
Bid
#2-475
Water Systems Technician II
$ 35.00
30
10.5
$ 45.50
Vendor Services Agreement Page 28 of 30
EXHIBIT C
STATEMENT OF WORK
�bMendum No.
Statement of ►Worlk
This Addendum -No. _ - Statement of Work (SOW) is made as of this _ day of
20 , under the terms and conditions established in the MASTER PROFESSIONAL SERVICES
AGREEMENT between the Cittr of Fort Vulorth ("City') and ("V, endce% the
same being Fort Worth. City Secretary Contract (CSC) No_ (the "Master
Agreement'' or "USA')_
This Statement of Work is made: for the follouxing purposes, consistent %ath the services defined
m the blaster Agreement: Providing temporary staff services to the City of Fort Worth for the
positions listed below_ In particular, V endar shall perform those functions identified below in the
Scope of Senrices, as such services are more fully detailed in the 2ASA_
Section t'L Scope of Sen ices & Schedule
Department Requesting Position(s):
Assignment 41
Name: of hKIh idual(s) Filling Position (if known):
Position Requested Must be in Exhibit B of the MSA):
4 of above Positions Requested:
Location of Assignment:
Projected. Start and End Dates for Assignment:
Anticipated Total # of Hours:
Hourly Billing Rate N- - ust be in. Exhibit B of the MSA):
Total Anticipated Cost:
.Assignment A2
Name of InditiYdual(s) Filling Position (if kno-um):
Position Requested (Must be in Exhibit B of the MSA):
# cif above Positions Requested:
Location of Assignment:
Projected. Start and End Dates for Assignment:
Anticipated Total rt of Hours:
Hourly Billing bate (Alust be in. Exhibit B of the MSA):
Total Anticipated Cost:
(Use additional pages as required)
Section B. Compensation, Reimbursable Expenses, and Billing Terms: Processing and
payment of fees, including the structure of payments, and invoicing thereof, shall be in accordance
ivith the Vaster Professional Services Agreement_
The total fee that shall be paid by City to Vendor for these services shall be in accordance urith the
Master Service Agreement and, specifically, Exhibit ` ''- Price Schedule. In submitting invoices,
Vendor Services Agreement Page 29 of 30
Vendor shall reference the appropriate Statement of Work. Further, the Vendor shall separately
list the total amount for fees in which invoices were previously submitted during the then -current
annual contract period (either initial term or rene%ml period) and the total amount of fees for the
entire period, including those amounts being requested under the then -current invoice.
Vendor shall submit invoices for Fees to , Within the [C'ITY
DEP:4LRT?*ffiL-Tl and also submit a copy to the Talent Acquisition _Manager in the Human
Resources Department,100 Fart Worth Trail Fort AN-orth, Texas 76102.
Executed in multiple originals on this the:
CITY OF FORT NVORTI3, TEXAS:
By:
Name::
Title: Assistant City Manager
Date:
Mai
By:
Name:.
Title: City Secretary
RECO'-%ihiENDED BY:
By:
Name:
Title: Department Director
day of 20
VENDOR:
By: _
Name:
Title:
Date:
APPROVED AS TO FOR' -I
AND LEGALITY:
By:
Name: Jessika Williams
Title: Assistant City Attorney
Contract Compliance Manager:
By suing I acknowledge that I am the person responsible for the monitoring and administration
of this contract, including ensuring all performance and reporting requirements.
Victor Escobedo
Talent Acquisition Manager
Vendor Services Agreement Page 30 of 30
A CITY COUNCIL AGEND
Create New From This M&C
Official site of the City of Fort Worth, Texas
FORTWORTH
'414„�_.
REFERENCE **M&C 25- 13PP RFP 25-0082
DATE: 6/24/2025 NO.: 0580 LOG NAME: TEMPORARY STAFFING
SERVICES DM HRD
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of Non -Exclusive Agreements with Smith Temporaries, Inc.
dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC,
TRYFACTA, Inc., and 22nd Century Technologies, Inc. for a Three -Year Initial Term and
Two Two -Year Renewal Options in a Combined Annual Amount Up to the Listed
Identified Amounts for Temporary Staffing Services for All City Departments
RECOMMENDATION:
It is recommended that the City Council authorize execution of non-exclusive agreements with Smith
Temporaries, Inc. dba CornerStone Staffing, Compunnel Software Group, Inc., Openwork LLC,
TRYFACTA, INC., and 22nd Century Technologies, Inc. for a three-year initial term and two two-year
renewal options in a combined annual amount up to the listed identified amounts for temporary
staffing services for all City departments.
DISCUSSION:
This Mayor & Council Communication requests City Council authority to execute non-exclusive
agreements for temporary staffing services with Smith Temporaries, Inc. dba CornerStone Staffing,
Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies,
Inc. for a three-year initial term and two two-year renewal options in a combined annual amount up to
the listed identified amounts below:
Term
Year
Amount
Initial
Year 1
$3,500,000.00
Initial
Year 2
$4,025,000.00
Initial
Year 3
$4,628,750.00
First Renewal
Year 1
$5,323,062.50
Option
First Renewal
Year
$6,121,521.88
Option
Second Renewal
Year 1
$7,039,750.16
Option
Second Renewal
Year 2
$8,095,712.68
Option
The Human Resources Department approached the Purchasing Division to solicit a bid for temporary
staffing services in the general categories of clerical, management, professional, service trades,
technical/para professional, and assistant department director. These services will be used by various
City departments. Purchasing issued Request for Proposal (RFP) No. 25-0082 for Temporary Staffing
Services which consisted of detailed specifications of the City's standards and requirements.
The RFP was advertised in the Fort Worth Star -Telegram on February 26, 2025, March 05, 2025,
March 12, 2025, March 19, 2025, March 26, 2025, and April 02, 2025. The City received a total of
seventy four (74) responses: Smith Temporaries, Inc. dba Cornerstone Staffing, Compunnel Software
Group, Inc., Openwork LLC, TRYFACTA, Inc., 22nd Century Technologies, Inc., Midtown Personnel,
Inc., AppleOne, Inc., Infojini, Inc., Cogent Infotech Corporation, Abacus Service Corporation,
Recruiting Source International, Abacus Corporation, Lancesoft, Inc., Ad -A -Staff, Inc., Radgov, Inc.,
My Next Career Path Staffing, LLC, Express Employment Professionals, DatamanUSA, LLC,
Syntricate Technologies, Inc., Alltex Staffing and Consulting, Harris -Jones Staffing & Recruiting,
LLCA, Risun Solutions, Inc., Keystaff, Inc., Upsela Talent Solutions, Inc., Health Advocates Network,
Inc., I Staff Solutions, Inc., Drake Nelson, LLC, Mando Technologies, Inc., Hart Employment Services,
Rudra Enterprise, LLC, IMCS Group, Inc., Healthcare Staffing Professionals a TrueBlue Company,
HCL Global Systems, Inc., Napa Analytics LLC, Sonus Software Solutions, Inc., TeamGlobal,
MyBasePay USA, LLC, A & Associates, Absolute Information Technologies, Inc., A -Line Staffing,
Advanced Proactive Solutions, LLC, ALOIS, LLC, Apsan Technologies, Beatty's Services, Inc.,
BridgeWork Partners, Centstone Services, LLC, Coil Digital Consulting, Diskriter, Inc., Donato
Technologies, Esolvit, Inc., Fuchsia Services, Inc., Global Force USA, Hanker Systems, Inc., Ho2
Systems, LLC, InnoSoul, Inc., InstantServe, LLC, Marathon Staffing, MDMartin, LLC, MGT Impact
Solutions, LLC, Millennium Franchise Group, LLC dba Hacking Solutions, Net2Source, Noor Staffing
Group, LLC, NRT Group, Peak Performers, Laine Federal Solutions, Procom Services America, Inc.,
Prolim Global Corporation, Qultek Consultants, Inc., Sigma, Inc., Simarn, LLC, Staffing Boutique, Inc.,
Technostaff, LLC, VanderHouwen, and E-Solutions, Inc.
An evaluation panel, consisting of representatives from the Human Resources Department, evaluated
and scored the submittals using Best Value criteria. The individual scores were averaged for each of
the criteria, and the final scores are listed in the table below.
TeamGlobal, MyBasePay USA, LLC, and E-solutions, Inc. were deemed non -responsive by
the Business Equity Division within the Diversity & Inclusion Department.
A & Associates, Absolute Information Technologies, Inc., A -Line Staffing, Advanced Proactive
Solutions, LLC, ALOIS, LLC, Apsan Technologies, Beatty's Services, Inc., BridgeWork Partners,
Centstone Services, LLC, Coil Digital Consulting, Diskriter, Inc., Donato Technologies, Esolvit, Inc.,
Fuchsia Services, Inc., Global Force USA, Hanker Systems, Inc., Ho2 Systems, LLC, innoSoul, Inc.,
InstantServe, LLC, Marathon Staffing, MDMartin, LLC, MGT Impact Solutions, LLC, Millennium
Franchise Group, LLC dba Hacking Solutions, Net2source, Noor Staffing Group, LLC, NRT Group,
Peak Performers, Laine Federal Solutions, Procom Services America, Inc., PROLIM Global
Corporation, Qultek Consultants, Inc., Sigma, Inc., Simarn, LLC, Staffing Boutique, Inc., Technostaff,
LLC, and VanderHouwen were deemed non -responsive as they did not submit all of the required
documentation to be evaluated.
Mando Technologies, Inc., Hart Employment Services, Rudra Enterprise, LLC, IMCS Group, Inc.,
Healthcare Staffing Professionals a TrueBlue Company, HCL Global Systems, Inc., Napa Analytics,
LLC, and Sonus Software Solutions, Inc. were deemed non -responsive as it did not score at least 50\
% or more of the total points available for the technical criteria necessary for price evaluation.
Abacus Corporation, Ad -A -Staff, Inc., AIITex Staffing and Consulting, DatamanUSA, LLC, Drake
Nelson, LLC, Express Employment Professionals, Harris -Jones Staffing & Recruiting, LLCA, Health
Advocates Network, Inc., I Staff Solutions, Inc., KeyStaff, Inc., LanceSoft, Inc., My Next Career Path
Staffing, LLC, RADgov, Inc., Recruiting Source International, Risun Solutions, Inc., Syntricate
Technologies, Inc., and UpSela Talent Solutions, Inc. were removed from the evaluation process
during the technical review portion. They were not further evaluated due to their lower relative
technical scores, and no pricing evaluation was conducted for these submissions.
Due to the high volume of proposals and to ensure a manageable and thorough review, the top -
ranked vendors based on technical scoring were shortlisted for further consideration. Pricing points
were applied only to these top 10 vendors. Only those staffing positions that all top 10 shortlisted
vendors bid on were used in the pricing analysis. Pricing totals were calculated exclusively on these
common items, allowing for an equitable comparison across all vendors. All pricing information was
taken directly from each vendor's submitted bid table.
The RFP specified the use of the following Best Value Criteria:
a. Cost
b. Experience working as a temporary staffing agency for large organizations
c. Infrastructure in place to be able to provide quality and timely service for large organizations
d. Experience providing temporary staffing services to municipalities
e. Recruitment Process and Methodology
Evaluation Criteria
Supplier
Total
Rank
a.
b.
C.
d.
e.
Smith Temporaries, Inc.
dba Cornerstone Staffing
26.65
13.50
20.83
13.50
13.50
87.98
1
Compunnel Software
Group, Inc.
29.59
12.50
20.00
12.00
11.50
85.59
2
Openwork LLC
30.00
11.50
20.00
11.00
10.50
83.00
3
TRYFACTA, INC.
26.24
12.50
20.00
12.00
9.50
80.24
4
22nd Century Technologies,
25.75
12.00
18.33
12.00
12.00
80.08
5
Inc.
Midtown Personnel Inc
27.09
12.00
19.17
9.00
11.00
78.25
6
AppleOne, Inc.
23.96
11.50
18.33
11.00
10.50
75.30
7
Infojini, Inc.
22.44
11.50
19.17
11.50
10.50
75.11
8
COGENT Infotech
19.54
11.00
19.17
11.00
10.00
70.71
9
Corporation
Abacus Service Corporation
14.84
11.50
18.33
11.00
12.00
67.68
10
After evaluation, the panel concluded that Smith Temporaries, Inc. dba Cornerstone Staffing,
Compunnel Software Group, Inc., Openwork LLC, TRYFACTA, INC., and 22nd Century Technologies,
Inc. presented the best value to the City. Therefore, the panel recommends that City Council authorize
non-exclusive agreements to these five vendors. No guarantee was made that a specific amount of
these services would be purchased. Staff certifies that the recommended vendors' proposal
met specifications.
BUSINESS EQUITY: The Business Equity Division placed a 14.60\% business equity goal on this
solicitation/contract. Smith Temporaries, Inc. will be exceeding the goal at 15\%, meeting the City's
Business Equity Ordinance. Compunnel Software Group, Inc., has agreed/committed to utilize 14.60\
% business equity subcontractor participation for the scope of work, meeting the City's Business
Equity Ordinance. 22nd Century Technologies, Inc. and Tryfacta Inc., will be exceeding the goal at
100\% as a Business Equity Prime and self- performing the scope of the services, meeting the City's
Business Equity Ordinance. Openwork LLC submitted a Prime Waiver Form, which is in accordance
with the City's Business Equity Ordinance. Openwork LLC, will be self -performing the entire scope of
the contract. Any changes in subcontractors will be reviewed by the Business Equity Division.
AGREEMENT TERM: Upon City Council approval, the initial term of these non-exclusive agreements
will begin on September 2, 2025 and expire on September 30, 2028. The combined annual amount of
these agreements is up to $3,500,000.00 for the first year of the initial term, $4,025,000.00 for the
second year of the initial term, and $4,628,750.00 for the third year of the initial term; However, the
actual amount used will be based on the needs of the department and available budget. A 15\%
annual increase is being requested to support the City's acquisition of MedStar and integration of
Emergency Medical Services (EMS) personnel.
RENEWAL OPTIONS: These Agreements may be renewed for up to two two-year renewal terms. The
combined annual amount for renewal options is up to: $5,323,062.50 of the first year of the first
renewal term, $6,121,521.88 of the second year of the first renewal term, $7,039,750.16 of the first
year of the second renewal term, and $8,095,712.68 of the second year of the second renewal term.
This action does not require specific City Council approval, provided the City Council has appropriated
sufficient funds to satisfy the City's obligation during the renewal term.
ADMINISTRATIVE CHANGE ORDER: An administrative change order 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.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as
previously appropriated, in the participating departments' General Funds to support the approval of
the above recommendation and execution of non-exclusive agreements. Prior to an expenditure
being incurred, the participating departments have the responsibility to validate the availability of
funds.
BQN\\
TO
Fund I Department Account Project I Program Activity Budget Reference # Amount
ID I ID Year (Chartfield 2)
FROM
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID I Year I (Chartfield 2)
Submitted for City Manager's Office by:
Oriainatina Department Head:
Additional Information Contact:
ATTACHMENTS
Reginald Zeno (8517)
Dianna Giordano (7783)
Reginald Zeno (8517)
Holly Moyer (7847)
Brandy Hazel (8087)
Denise Medrano (8063)
25-0082 (RFP Temporary Staffing Services) Final-CC.pdf (CFW Internal)
Form 1295 - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal)
Form 1295 Certificate - 22nd Century Technologies, Inc.pdf (CFW Internal)
Form 1295 Certificate - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal)
Form 1295 Certificate - Openwork LLC.pdf (CFW Internal)
Form 1295 Certificate - TRYFACTA, INC..pdf (CFW Internal)
SAM - 22nd Century Technologies, Inc.pdf (CFW Internal)
SAM - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal)
SAM - Openwork LLC.pdf (CFW Internal)
SAM - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal)
SAM - TRYFACTA, INC..pdf (CFW Internal)
SOS - 22nd Century Technologies, Inc.pdf (CFW Internal)
SOS - COMPUNNEL SOFTWARE GROUP, INC..pdf (CFW Internal)
SOS - Openwork LLC.pdf (CFW Internal)
SOS - SMITH TEMPORARIES, INC. dba CORNERSTONE STAFFING.pdf (CFW Internal)
SOS - TRYFACTA, INC.pdf (CFW Internal)
http://apps.cfwnet.org/council_packet/mc—review.asp?ID=33441 &councildate=6/24/2025 6/26/2025
FORT WORTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: MASTER PROFESSIONAL SERVICES AGREEMENT
Subject of the Agreement: Addendum No. 1: One temporary staff
M&C Approved by the Council? * Yes 8 No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes 8 No ❑ Contract# 63646, Adendum #1
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes ❑ No 8
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 09/02/2025
If different from the approval date.
Expiration Date: 09/30/2025
If applicable.
Is a 1295 Form required? * Yes 8 No ❑
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 9 No ❑
Contracts need to be routed for CSO processing in the followingorder:
rder:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.