Loading...
HomeMy WebLinkAboutContract 58914-A1CSC No. 58914-A1 AMENDMENT NO. 1 TO CITY OF FORT WORTH CONTRACT 58914 This First Amendment is entered into by and between the City of Fort Worth (hereafter 'Buyer"), a home rule municipality, with its principal place of business at 200 Texas Street, Fort Worth, Texas, and World Wide Technology, LLC ("Vendor"), Buyer and Vendor may be referred to individually as a Party and collectively as the Parties. WHEREAS, on February 21, 2023 the Parties entered into City Secretary Contract 58914 to provide/ purchase equipment and software supporting the City's servers, data storage, virtual desktop environment, and network and telephone systems to support the refreshes for the equipment that has reached the end of life cycle as well as new projects for City Departments. ("Agreement/Contract"); WHEREAS, the Parties wish to amend the Agreement to include the attached statement of work (Exhibit A) at no additional cost to the city. NOW, THEREFORE, the Parties, acting herein by and through their duly authorized representatives, enter into the following agreement: 1. AMENDMENTS The Agreement is hereby amended to add the attached statement of work (Exhibit A) at no additional cost to the city. 2. ALL OTHER TERMS SHALL REMAIN THE SAME All other provisions of the Agreement which are not expressly amended herein shall remain in full force and effect. 3. ELECTRONIC SIGNATURE This Amendment may be executed in multiple counterparts, each of which shall be an original and all of which shall constitute one and the same instrument. A facsimile copy or computer image, such as a PDF or tiff image, or a signature, shall be treated as and shall have the same effect as anoriginal. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment to Fort Worth City Secretary Contract No. 58914 Page 1 of 13 ACCEPTED AND AGREED: CITY OF FORT WORTH: By; Valerie Wash ngton (Aug 3, 202310:42 CDT) Name: Valerie Washington Title: Assistant City Manager Date: Aug 31 2023 APPROVAL RECOMMENDED: By: Name: Kevin Gunn Title: Director, IT Solutions Department ATTEST: By: Name: Jannette Goodall Title: City Secretary VENDOR: p� �4 o"y" fORt�O�dd �o "° aaa� n�65gga World Wide Technology, LLC By: q 'Fuzdll� Gregor Name:C/ y Brush Title: Area VP Public Sector Date: 7/25/2023 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: BobbvBobbv Lee (Ju(26, 202310:00 CDT) Name: Bobby Lee Title: Sr. IT Solutions Manager APPROVED AS TO FORM AND LEGALITY: �By: 5� Name: Taylor Paris Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 23-0061 Approved: 02/14/2023 1295:2022-963536 ATTEST: In Exhibit A Name: Title: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment to Fort Worth City Secretary Contract No. 58914 Page 2 of 13 N 'Ir� World Wide I� NTechnology City of Fort Worth, Texas Engineering Support June 19, 2023 PRESENTED BY Daren Fisher Account Manager World Wide Technology, LLC (469) 222-6525 Daren.Fisher@wwt.com www.wwt.com First Amendment to Fort Worth City Secretary Contract No. 58914 Page 3 of 13 'Wor Wide +�. Technology Table of Contents iProject scope............ 3 1.1 Project Description................................................................................................................3 1.2 Project Sites...........................................................................................................................4 1.3 Out of Scope..........................................................................................................................4 2 Customer Responsibilities 5 3 Assumptions 6 4 Pricing Summary 8 4.2 Project Change Control..........................................................................................................8 Appendix 1: Approval to Proceed with Project 10 0a0~ TAty M0M Ttte Yetortnar"n oottta+ted in this atMwmw+t et woA it the con/deft" Metonn enon of ~4 Wide Toth nit, UC Thw statement of .oA and this a4wmattw Contained heroin thal not be dttabted owsAii this tompany named aoow, aad "I wet be depl.tated, ueaA. w disclosed w eAele or as part for any purptwo what ttrn to ovaluate this Ratereent ot.wl First Amendment to Fort Worth City Secretary Contract No. 58914 Page 4 of 13 World Wide Technology i Project Scope World Wide Technology, LLC (W WT) will provide services for City of Fort Worth, Texas (Fort Worth or Customer). Each of the parties' responsibilities is defined to provide a clear understanding of the scope of Engineering Support semces. This Sow is governed by the OMNIA Partners Technology Solutions, Products, and Services Contract HR210407 executed between the Parties on June 1, 2021 ("Agreement'). Any terms capitalized that do not have a definition herein shall have the meaning set out in the Agreement. The pricing submitted with this SOW reflects the services and responsibilities described herein. WWT will strive to meet Fort Worth's Schedule requirements; however, actual project dates will be subject to availability of materials and resources and Fort worth's attention to its responsibilities. 1.1 Project Description *WT will provide Sub;ect Matter Expert (SME) engineering services on a Time and Expenses (T&E) basis to Support Fort Worth with project tasks at the hourly rates detailed in the table below. The total of the services is not to exceed 560,000.00. Network Engineer 5212-00 Sr. Network Engineer 5285 00 Network Architect 5306 00 Cloud Engineer 5210.00 ZCloud Platform Architect S252.00 Clcud Application Architect S234.00 Data Center Engineer 5212.00 Sr. Data Center Engineer S277 00 Data Center Architect 5306 00 End User Computing Engineer SS79 00 Sr. End User Computing Engineer 5217.00 Security Engineer 5208.00 Sr. Security Engineer 5289 00 security Architect 5306 00 Wireless Engineer 5220 00 Sr. Wireless Engineer 5254.00 Wireless Architect 5306.00 unified Communications Engineer 5220.00 Sr. Unified Communications Engineer 5281.00 First Amendment to Fort Worth City Secretary Contract No. 58914 Page 5 of 13 \� World Wide Technology Unified Communications Architect S306.00 Contact Center Engineer S324.00 Enterprise architect S318 00 The project will be complete when all funds have been expended, or December 31, 2023, whichever comes first, unless mutually terminated in writing between WWT and Fort Worth. • work will be performed remotely • Hours are to be utilized at a minimum of four (4) hours per task WWT will coordinate the engineering resource(s) scheduling with the designated Fort Worth point -of -contact - WWT T&E engagements are conducted on an as available basis. Requests for W4Vlr engineering resource assistance should be made at least two (2) weeks in advance. WWT resources will be provided with regards to scheduling and availability • WWT will submit monthly status and activity reports to Fort worth • The planned maximum hours for the services identified in this document is forty (40) hours per week (8:00 a.m to 5:00 p.m.), excluding WWT-obserred holidays unless otherwise negotiated and noted in this SOW • The WwT engineering resource(s) will not provide any formal, hard deliverables as an expected outcome of this engagement unless mutually agreed upon by the W%V7 resource and Fort Worth - The WWT resources will work under the direction of Fort Worth - The WWT resources may work on activities such as documentation, deployment of equipment, or configuration development under the guidance of Fort Worth but there is no guarantee of completion for any activities - This is an unmanaged contract and does not guarantee outcomes 1.2 Project Sites The below site(s) are in scope for this service offering. Modifications to sites, scope or level of effort Will be managed through the Change Control process. • All work will be performed remotely 1.3 Out of Scope The following items have been determined -o be cut of scope relative to this SOW and are identified in order to avoid any confusion. • in the normal course of business, WwT does not require receipt of any personally identifiable information, protected health information, or other structured personal or sensitive information as defined by applicable data protection laws ("pro-ected Data") in its performance of the Services hereunder. Access to or receipt of any Protected Data is expressly out of scope for WWT Services under this SOW. Ie order to perform the Services set forth in an applicable SOW (or this SOW), however, cut herein, WWT may access First Amendment to Fort Worth City Secretary Contract No. 58914 Page 6 of 13 World Wide Technology Customer Confidential Information. All such access shal be within the Customer's network and pursuant to the Customer's security processes and protocols • Any work not specifically listed as a task in this document is considered out of sccpe • No formal training will be provided 2 Customer Responsibilities All services pe formed by WWT will be based on the following assumptions and Customer responsibilities: • Fort Worth will designate a single point of contact to whom all WWT communications may be addressed and who has the authority to aft on all aspects of the services throughout the duration, of the project; such contact shall be available during normal hours of business (Monday through Friday, 8:00 a.m. to 5:00 p.m. local time, excluding holidays) • Fort Worth will have suitable technical staff as mutually agreed upon by both parties available for the duration of the engagement as defined by the project schedule. The Fort worth staff will need to participate in and support the various tasks of the project as required as defined by the project schedule or other tasks not directly stated, but have a direct impact on completion of this project • Fort Worth is responsible for the identification and interpretation of, and ensuring comp'iance with, ail laws, statutes, rules, regulations and standards applicable to its or its affiliates' business or operations • Fort worth will provide reasonable access to all Fort Worth sites and facilities, including where applicable, computer equipment, telecom equipment, facilities, workspace and telephone for WW rs use during the project - Fort worth will on -board WWT employees based on identified need, including remote access, as mutually agreed by both parties during the course of the project • Fort Worth and WNT will jointly define standard configuration templates by the mutually agreed upon date defined during the project initiation and documented :n the project plan of record • Fort Worth and WWT will jointly define the required physical and Ic; tal site information by the mutually agreed upon date defined during the project initiation and documented in the project plan of record • Each Task and Deliverab:e set out herein shall be deemed accepted unless Fort Worth provides written notice of non-conformance or rejection within five (5) business days of delivery or notice of completion. If possible, WN/T will continue work pending acceptance • Fort Worth will be required to provide an MLDi reference architecture including a high 'eve: definition (ten words or less) within five (5( business days of WwVs written request • Fort Worth will supply access information and crecentials to the engineer(s) for any Fort worth tools and all existing equipment that needs to be configured or may need to be modified within five (5) business days of WWT's written request for access • Fort worth will specify physical and logical network topology for existing network infrastructure and identify connectivity requirements for other network -attached devices • Fort worth is responsible for all server and network security definitions and it is assumed that the wivT technical resources will have appropriate configuration requirements pr or to engagement Im••YI 4q—i 0 A407723 M v2 0 P."Is First Amendment to Fort Worth City Secretary Contract No. 58914 Page 7 of 13 World Wide Technology • Fort Worth will provide all security lockdowns required for any deployed systems prior to scheduling resources to arrive on -site. Fort Worth will provide timely technical assistance in the event a lockdown prevents a deployed solution from functioning properly. In the event that a solution cannot be found without impacting the schedule, Fort Worth and Wwr will document the solution and determine to extend the timeline or back -out the lockdown until the solution works. Lockdowns will not be required or implemented for virtual appliances • Fort Worth will provide Virtual Private Network (VPNI or other remote access and appropriate credentials in order to complete this project Note: Success of the project is dependent on the responsibilities above. Fort Worth shall complete all required tasks in this section without delay to allow continuous work effort by WWT personnel. If responsibilities indicated above are not completed prior to the deployment date, the project timelines may need to be rescheduled based on W%iT engineering availability. 3 Assumptions In preparing this SOW, WWT made certain assumptions for items not expressly documented during discussions with Fort Worth. Changes to these assumptions may affect scope and cost. • WWT will not be responsible for any project delays or costs caused by failure to deliver or by delayed provision of information, systems, or feedback from For, Worth or third party vendors • Tasks will be completed during normal business hours between 8:00 a.m. and 5:00 p.m. project site local time, Monday through Friday, excluding WIAT-observed holidays, unless otherwise negotiated and noted in this SOW Changes to the scope of work identified during the project will require a Charge order Form that could affect the schedule, milestone, or cost of the project • w%vT will assign all staff resources as to best -fit total requirements and no individual employee is being specifically promised or quoted for this project • WWT shall rely upon any standard operating procedures or practices of Fort Worth and any direction, or regulatory or other guidance provided by Fort Worth as agreed to during the project initiation • Any configuration or modification made by WwT to any third party software or materials provided by Fort worth or work incorporating such items will be subject to the ownership and other rights agreed to by Fort worth with the applicable third party. Fort Worth understands any such configuration or modification may negate the third party warranty and/or support, and WAIT will hold no liability for any configuration or modification performed at Fort worth's direction • W1VT is not providing any warranty regarding, and is not liable for, any third parry or Fort worth software, documentation, equipment, tools or other products or materials, even if recommended by WWT • W1YT may deliver the Services through a combination of employees, contractors, and subcontractors working under WI.4T's direction, at WWT's discretion • The services may include advice and recommendations, but all decisions in connection with the implementation of such advice and recommendations will be the responsibility of, and made by, Fort worth First Amendment to Fort Worth City Secretary Contract No. 58914 Page 8 of 13 World Wide Technology • All business days worked as part of this project will be consecutive unless a.-eed to in advance by both Fort Worth and WWT • Notwithstanding any contrary or conflicting provision in the agreement or any other w•i-ings between the parties, W%VT may use personnel located globally for the provision of any par - of the Services herein • This SOW has been developed based on the assumption that there a�e no scheduled cutover/change windows or change control requirements. If change control or scheduled cutovers are required, this will be managed through the Change Order process • If at any time, the united States Government or its duly appointed representatives issues a safety, terrorism, tariff, or other legally binding statement that impacts WWT's ability to transact business in the affected country, WWT reserves the right to defer or exclude scope obligations for the countries impacted. W%VT will reduce the cost ccmmensurate with the reduced scope In addition to and notwithstanding any contrary provisions in the Master Agreement including, but not limited to, any Force Majeure clause, the parties agree to work in good faith to address any direct or indirect impacts to the Services or Deliverables due to COVID-19. Such impacts may include, but are not limited to, quarantine restrictions or other restrictions, requirements, or recommendations from federal, state, or local health agencies or other advisory or regulatory entities. Without limiting the foregoing, %VWT reserves the right to submit a Change Request to Customer if, at any time, COVID-19 impacts WV.T's activities and/or rights and obligations - financial, operational, or otherwise - contemplated under this SOW. Impacts may include, but are not limited to, the inability to access and perform onsite services, travel and logistical complications, delays, cost increases, or changes or reductions in scope. Customer's approval of such Change Requests shall not be unreasonably withheld. While WWT will reduce costs commensurate with any reduction in scope, WWT shall not be liable for any claims or damages of any kind due to any inability to perform the Services or provide the Deliverables. The parties agree to work in good faith to reduce any disruption to the Services. Where feasible and reasonable, Customer agrees to provide access sufficient to allow WWT to perform Services remotely and/or waive or reschedule applicable training and other on -site requirements. Intern R•qu"t 0 R-00772370 Y10 ►y.17 First Amendment to Fort Worth City Secretary Contract No. 58914 Page 9 of 13 World Wide vIc Technology 4 Pricing Summary This is a Time and Expenses effort as described above. Costs for hardware and software are not included in WWT's fees. Work will be performed at Fort worth facilities in the location(s) listed in the Project Sites section and/or remotely. The duration of this project is to the end of the calendar year of 2023. The project schedule will support the overall duration of the project and will include events from the project initiation through confirmation of project closure. Fees setout below are contingent upon performance of the services continuously and without delay. The hourly tabor rates for this effort are as follows: Professional Services Estimated Total 1 $60,000.00 Note: • Pricing shown in U.S. dollars. Pricing is valid for ninety (90) days from the date of the sow • Taxes are not included in the above pricing • An invoice will be generated monthly for time and expenses incurred during that month • Actual travel expenses will be billed as incurred • Payment Terms are net-30 days from WWT invoice date 4.1 Project Change Control if either party requests a change to this SOW or in the performance of Services for any reason including: - A change to the agreed upon project timeline, schedule, or duration, or - An absence of or delay in approvals or access to facilities, equipment, or materials necessary to perform the Services, or - Change in the performance of work onsite or remotely, or - Identification of onsite hazards and related safety and risk mitigation measures, or - Non-compliance or delayed compliance with a condition, responsibility, or assumption set out herein, or - A deficiency in fulfillment or delayed fulfillment in Product delivery, or - Any other circumstances outside of WWT's control Then the requesting party will promptly notify the other party, and WwT will prepare and submit to Fort Worth a proposed Change order (CO). The CO will describe the proposed change(s) and the impact on schedule and cost. Fort Worth will promptly review and either approve or reject a proposed CO in writing within five (5) business days. W WT reserves the right to stop performing the Services pending the resolution of a proposed CO without liability for subsequent delays. A First Amendment to Fort Worth City Secretary Contract No. 58914 Page 10 of 13 World Wide Technology proposed change is no: binding or. either party until a CO is signed by both WWT and Fort worth and accompanied by a P;.rchase Order (if applicable). If a proposed change-esults from a cancellation, delay, or change :o an agreed upon project schedule and less than fourteen (14) days' notice has been provided, the CC will include up to two (2) weeks' charges for the scheduled personnel and non-refundable :ravel expenses (if any) If the project s delayed for more than fourteen (14) calendar days, then the project will be rescheduled. :VT will staff the rescheduled project wi:h qualified personnel available at that time if the project is delayed for thirty (50) calendar days or more for reasons outside of WWT's direct control, WWT may invoice Fort worth for work performed, and Fort North shall pay such invoice per the payment terms First Amendment to Fort Worth City Secretary Contract No. 58914 Page 11 of 13 First Amendment to Fort Worth City Secretary Contract No. 58914 Page 12 of 13 `y World Wide Technology Appendix is Approval to Proceed with Project The undersigred parties each understand and ag-ee that this sow accurately sets forth the services that WWT,.vill provide Fort Worth. Following receipt of signed sow and Fort Worth's Purchase Order*, a WWr Project Manager will be in contact to discuss next steps. wwT requires a minimum of four (4) weeks' notice to begin project implementation from date of receipt of signed SOW and Fort worth's Purchase Order*. wwr price quote is valid for ninety (90) days from date of this SOW. �-� Aug 31 2023 Valerie Washington (Aug 3, 202310:42 CDT) (Signature) (Print Name) Date City of Fort North, Texas 4;Vz9e-V SBsrcels Gregory Brush ;'13.,2023 (Signature) (Print Name) Date world '.Vide Technology, LLC Please return all pages of this signed SOW and Purchase Order' to your WWT Account Manager. Customer Contact Name Customer Contact Title Customer Phone Numoer Customer Email Address Project Site Address *if this form is rot accompanied by a Purchase -der, p ea.e temp ete the information below: Customer Bill to Address Customer A/.^ Representative Name C ^us, tomerAiP Representative Email Reference x ;for invoicing) A not Purchase O,de- lfnerrl bqw l•A407723M v10 PO4ra 1 30 First Amendment to Fort Worth City Secretary Contract No. 58914 Page 13 of 13 M&C Review Page 1 of 3 Official site of the City of Fort Worth, Texas ACITY COUNCIL AGEND FOR` H Create New From This M&C DATE: 2/14/2023 REFERENCE **M&C 23- LOG NAME: 041NFRASTRUCTURE NO.: 0061 MULTI -COOP CODE: P TYPE: CONSENT PUBLIC NO NO SUBJECT: (ALL) Authorize Non -Exclusive Purchase Agreements for Information Technology Infrastructure, with Netsync Network Solutions, Inc., Presidio Networked Solutions Group, LLC, ePlus Technology, Inc., and World Wide Technology LLC using Multiple State of Texas Department of Information Resources, OMNIA Partners and The Interlocal Purchasing System Cooperative Contracts With a Combined Annual Amount Up to $11,200,000.00, and Four One -Year Renewal Options with State of Texas Department of Information Resources and OMNIA Partners in the Amount of $10,000,000.00 for the First Renewal and $6,200,000.00 for the Remainder Renewals for the Information Technology Solutions Department RECOMMENDATION: It is recommended that City Council to authorize non-exclusive purchase agreements for Information Technology Infrastructure with Netsync Network Solutions, Inc., Presidio Networked Solutions Group, LLC, ePlus Technology, Inc. and World Wide Technology LLC using Multiple State of Texas Department of Information Resources, OMNIA Partners and The Interlocal Purchasing System Cooperative Contract with a combined annual amount up to $11,200,000.00, and four one-year renewal options with Texas Department of Information Resources and OMNIA Partners in the amount of $10,000,000.00 for the first renewal and $6,200,000.00 for the remainder renewals for the Information Technology Solutions Department. DISCUSSION: The Information Technology Solutions Department (ITS) will use these agreements to purchase equipment and services from Netsync Network Solutions, Inc., Presidio Networked Solutions Group, LLC, ePlus Technology, Inc and World Wide Technology LLC. to support the City's information technology infrastructure. This infrastructure includes equipment and software supporting the City's servers, data storage, virtual desktop environment, and network and telephone systems. These agreements will be used to support the refreshes for the equipment that has reached the end of life cycle as well as new projects for City departments using the following cooperative contracts: Vendor Co-op Expiration RFO Responses Date Published Due Presidio, Netsync and WWT Presidio, Netsync and WWT Presidio, Netsync and WWT D I R-TSO- 4167 D I R-TSO- 3763 7/3/2023 1 /10/2024 12/20/2017 2/5/2018 9/12/2016 DIR-TSO- 12/17/2023 3/20/2018 4299 10/13/2016 5/4/2018 10/2/2024 ��1/12/2018 ��2/26/2018 http://apps.cfwnet.org/council_packet/mc review.asp?ID=30688&councildate=2/14/2023 7/7/2023 M&C Review Page 2 of 3 Vendor Co-op Expiration RFO Responses Date Published Due WWT and DIR-TSO- ePlus 4160 PPresidio and �N88 R-TSO- 2/21/2025 2/26/2018 4/9/2018 lus WWT DIR-CPO- 1/23/2025 3/15/2019 4/25/2019 ��4444 Netsync and �N0105 PS I5/31/2023 1/9/2020 2/21/2020 �ePlus WWT OMNIA 5/31/2026 12/1/2020 1/19/2021 210407 On September 28, 2021, City Council approved Mayor & Council communication (M&C) 21- 0753 authorizing similar agreements for information technology infrastructure purchases. Due to several larger projects, Infrastructure refresh, Future City Hall, planned American Rescue Plan Act spend, and ongoing City growth, additional spending authority is being requested. To avoid any confusion, approval of this M&C will eliminate prior spending authority and contracts authorized under Mayor and Council Communication P-12248, 19-0123, 19-0270, 20-0650 and 21-0753. Approval of this M&C will allow a total of $11,200,000.00 in expenditures for the initial year, $10,000,000.00 for the first renewal and $6,200,000.00 for the remainder renewals for projects such as safety and security, new building projects, building upgrades, building renovations and building expansion projects. These agreements and spending authority will be made available to Radio Services, Desktop, Hardware and Security divisions to purchase hardware and software for City departments as requested. On May 24, 2022 Mayor and Council Communication (M&C) 22-0366 and 22-0367 were approved to allocate American Rescue Plan Act (ARPA) Subtitle M (Coronavirus State and Local Fiscal Recovery Funds) to the Information Technology Solutions (ITS) Department providing up to $3,675,000.00 and $3,595,000.00 in support of infrastructure, data protection initiatives, information security and cyber security. The Information Technology Solutions Department (ITS) will use these agreements to purchase equipment and services to support the City's information technology infrastructure based on initiatives identified in (M&C) 22-0366 and 22-0367. ITS Department will ensure that each vendor is given equal opportunity to earn a minimum of 10\% of the business. No specific contract amount is guaranteed. PRICE ANALYSIS - The Texas Department of Information Resources Contracts (DIR), OMNIA Partners (OMNIA) and The Interlocal Purchasing System Cooperative Contracts offer discounted pricing. Staff has reviewed the pricing and determined it to be fair and reasonable. COOPERATIVE PURCHASE - State law provides that a local government purchasing an item under a cooperative purchasing agreement satisfies any state law requiring that the local government seek competitive bids for the purchase of items. DIR, OMNIA and TIPS Contracts are competitively bid to increase and simplify the purchasing power of government entities. M/WBE - An MBE/SBE goal is not assigned when purchasing from an approved purchasing cooperative or public entity. 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. SUCCESSOR LANGUAGE: The City will initially use these contracts to make purchases authorized by this M&C. The Cooperative Contracts are set to expire on various dates. If the contracts are extended, this M&C authorizes the City to purchase similar equipment and supplies under the extended contract. If the contracts are not extended, but DIR, OMNIA and/or TIPS executes new cooperative contracts with substantially similar terms, this M&C authorizes the City to purchase the http://apps.cfwnet.org/council_packet/mc review.asp?ID=30688&councildate=2/14/2023 7/7/2023 M&C Review Page 3 of 3 same equipment and supplies under the new contracts. If this occurs, in no event will the City continue to purchase goods and services under the new agreements past 2027 without seeking Council approval. AGREEMENT TERM: Upon City Council's approval, these agreements will be executed and continue for a term of 12 months in accordance with approval date of this request. The agreements will renew on an annual basis thereafter. The renewals do not require specific City Council approval as long as sufficient funds have been appropriated. RENEWAL TERMS - The Texas Department of Information Resources Contracts (DIR) Agreement may be renewed annually for four (4) one-year terms for the same annual amount. The Interlocal Purchasing System Cooperative Contracts may be renewed for one-year for the same annual amount. The OMNIA Partners may be renewed for three (3) one-year terms the the same annual amount. The renewals do 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 capital and operating budgets, as previously appropriated, in the ITS Capital Projects Funds for the Technology Infrastructure -IT and the General Fund to support the approval of the above recommendation and exection of the purchase agreements. Prior to any expenditure being incurred, the Information Technology Services Department has the responsibility to validate the availability of funds. TO Fund Department I Account Project I Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FRAM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for Citv Manager's Office bv: Valerie Washington (6192) Oriainatina Department Head: Additional Information Contact: ATTACHMENTS Kevin Gunn (2015) Kevin Gunn (2015) 041NFRASTRUCTURE MULTI -COOP funds availabilitv.pdf (CFW Internal) FID Template Multi Coop Dec2022.xlsx (CFW Internal) Form 1295 Certificate 100986599 - NETSYNC.Ddf (CFW Internal) Form 1295 Certificate 100987319 CoFW DIR-TSO-4167 Presidio.0df (CFW Internal) Form 1295 Certificate 100987322 CoFW DIR-TSO-3763 Presidio.odf (CFW Internal) Form 1295 Certificate 100987323 CoFW DIR-TSO-4299 Presidio.0df (CFW Internal) Form 1295 Certificate 100987325 CoFw DIR-TSO-4288-Presidio.0df (CFW Internal) Form 1295 Certificate Citv of Ft Worth 2022-96353WWT.Ddf (CFW Internal) Form 1295 Certificate of Interested EDlus.Ddf (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=30688&councildate=2/14/2023 7/7/2023