HomeMy WebLinkAbout063679-AD14 - General - Contract - Cornerstone StaffingCSC No. 63679-ADlq
Addendum No. 14 GG
Statement of Work "
This Addendum No. 14 - 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 Cornerstone Staffing ("Vendor"), the same being Fort Worth City
Secretary Contract (CSC) No. 63679 (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): FIRE
Assignment #1
Name of Individual(s) Filling Position (if known): Rachel Lan�ford.
Position Requested (Must be in Exhibit B of the MSA): Administrative Services Coordinator
# of above Positions Requested: 1
Location of Assignment: Office of Emer�encv Mana�ement
Projected Start and End Dates for Assignment: 09/02/2025-09/30/2025 Ori�. Be�in Date
OS/19/25)
Anticipated Total # of Hours: 176
Hourly Billing Rate (Must be in Exhibit B of the MSA): $47.60
Total Anticipated Cost: $8,337.60
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, E�ibit `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 Carlos Gomez within the Fire 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
By. /��_,��.�,
Name: William Johnson
Title: Assistant City Manager
Date: Sep 16, 2025
ATTEST:
�� � .��
By: `
Name: Jannette Goodall
Title: City Secretary
� O�a onunIl
FORt�pd�
c �° o ��9-� d
�o
o�o a=°
o��,� o a *�
da4� nEXA?aap
RECOMMENDED BY:
By:,ip�."
Name: James Davis
Title: Fire Chief
VENDOR:
By• coi���sooie_zozsis_ze�incoT�
Name: Colby Waldrop
Title: Senior Branch Manager
Date: Sep 16, 2025
APPROVED AS TO FORM
AND LEGALITY:
By: �'�
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.
�ctoF ��cobe�lo
.co�Cscob� o;Sep16,2�2i135�4JCDT;
Victor Escobedo
Talent Acquisition Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY COUNCIL AGENDA
Create New From This M&C
DATE: 6124/2025 REFERENCE
NO..
CODE: P TYPE:
*"`M&C 25- LOG NAME:
0580
Official site of the City of Fort Worth, Texas
FORT �'�'ORTII
_�„�__
13PP RFP 25-0082
TEMPORARY STAFFING
SERVICES DM HRD
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:
I Term Year Amount
I Initial Year 1 $3,500,000.00
� Initial Year 2 $4,025,000.00
I Initial Year 3 $4,628,750.00
First Renewal Year 1 $5,323,062.50
Option
First Renewal Year 2 $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 Wo►th 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
Supplier
a.
Smith Temporaries, Inc. 26.65
dba Cornerstone Staffing
Compunnel Software 29 59
Group, Inc.
Evaluation Criteria Total Rank
b. c. d. e.
13.50 20.83 13.50 13.50 87.98 1
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
AppleOne, Inc.
Infojini, Inc.
COGENT Infotech
Corporation
27.09 12.00
23.96 11.50
22.44 11.50
19.54 11.00
19.17 9.00
18.33 11.00
19.17 11.50
19.17 11.00
11.00 78.25 6
10.50 75.30 7
10.50 75.11 8
10.00 70.71 9
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
FORT ��RTH��
City Secretary's Office
Contract Routing & Transmittal Slip
COntraCtoi''S Name: Smith Temporaries Cornerstone Staffing
Sub�eCt Of the Agreement: SOW 63679-14 Admin Service Coord - Rachel Langford
M&C Approved by the Council? * Yes 0 No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes 0 No ❑
If �so, provide the original cont�act nurnbe� and the arnendment number.
Is the Contract "Permanent"? *Yes ❑ No ❑
If �unsure, see back page for peNmanent contract listing.
63979
Is this entire contract Confldential? *Yes ❑ No 0 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 09�02�25 Expiration Date: 09�30�25
If diffe�ent from the approval date. If applicable.
Is a 1295 Form required? * Yes X�e�
*If so, please ensu�e it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable. 2025-1315599
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 0 No ❑
Contracts need to be routed for CSO processin� in the followin� order:
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.