Loading...
HomeMy WebLinkAboutContract 59552-A9Ninth Amendment to Fort Worth City Secretary Contract No. 59552 Page 1 of 2 AMENDMENT NO. 9 TO CITY OF FORT WORTH CONTRACT 59552 This Ninth 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 ePlus Technology, Inc.(“Vendor”), Buyer and Vendor may be referred to individually as a Party and collectively as the Parties. WHEREAS,on June 6, 2023, the Parties entered into City Secretary Contract 59552 to provide expert guidance, oversight, recommendations and planning assistance to the City in the management and execution of this strategic initiative (“Agreement/Contract”); WHEREAS, the Parties wish to amend the Agreement to add the attached Bulk Services Agreement at no additional cost using the existing City Secretary Contract 59552 under The Interlocal Purchasing System Cooperative 230105. 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 Bulk Services Agreement at no additional cost using the existing City Secretary Contract 59552 under The Interlocal Purchasing System Cooperative 230105. 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 an original. Ninth Amendment to Fort Worth City Secretary Contract No. 59552 Page 2 of 2 ACCEPTED AND AGREED: CITY OF FORT WORTH: By: ___________________________ Name: Mark McDaniel Title: Deputy City Manager Date: ___________________________ APPROVAL RECOMMENDED: By: ______________________________ Name: Kevin Gunn Title: Director, IT Solutions Department ATTEST: By: ______________________________ Name: Jannette Goodall Title: City Secretary 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: Bobby Lee Title: Sr. IT Solutions Manager APPROVED AS TO FORM AND LEGALITY: By: ______________________________ Name: Taylor Paris Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 23-0061 Approved: 02/14/2023 1295: 2022-966298 VENDOR: ePlus Technology, Inc. By: Name: Title: Date: ____________________________ ATTEST: By: Name: Title: DocuSign Envelope ID: 2FCC427B-EA73-482A-B06A-C2F7483F9176 � � ���� �� Bulk Services Agreement City of Fort Worth BSA BSA# City of Fort Worth-BSA-146382 6/12/2024 � �:�: ���rfl� ���l�!'�'� �7:...� Bobby Lee200 Texas Street, Fort Worth, TX 76102 817-392-- 2310 Bobby. Lee@fortworthtexas.gov � �� � �� ��>?�?�'�'�>`,���;.�,. •. . : ' � � . . : z •. • � . .: •.. •.. •. • , ���,������ � � � 1������''�;�.�:;�k::.::�:: .:••..:• . � . . : . . . • . . ; . . . . . . .' •. • •• •. ••: •:: •. •�::: •: •.: •. • '•: • •' . • .. ;.... ;.. • , . . . . . • .•:•.• •. • '�... .•..�.' .:;.:•; .,•:.::;•� : : : : : . . . . : . . . .. •. , , . . . . •. •: . ;'•._ ., • : •,�•., ., •, ., •.; •, .. •., . • : •,, .,••,, .,; � DocuSign Envelope ID: 2FCC427B-EA73-482A-B06A-C2F7483F9176 e+ BULK SERVICES AGREEMENT City of Fort Worth This Bulk Services Agreement ("BSA") is made June 12th, 2024 by and between City of Fort Worth, with its principal office located at 200 Texas Street Fort Worth, Texas 76102 (hereinafter referred to as "Customer") and ePlus Technology, inc., a corporation organized under the laws of the Commonwealth of Virginia, with its principal place of business at 13595 Dulles Technology Drive, Herndon, VA 20171(hereinafter referred to as "Supplier" or "ePlus"). ePlus and Customer may also be referred individually as "Party" or collectively as "Parties." This BSA is governed by the TIPS-230105 CSC 59552, for the provision of professional or consulting services by ePlus to Customer ("Agreement"). ePlus will provide to Customer information technology consulting services and resources on a prepaid basis, using the time and material rates below, which will be deducted from the balance, as services are rendered, when needed for on-site or remote engineering design and support ("Services"). The ePlus engineering hourly rates that apply to this BSA follow below: Joe Ro�e Senior Engineer Consultant Sr Consultant Solutions Architect Senior Solutions Architect Lead Technical Architect Principal Architect Principal Security Strategist Project Manager Senior Project Manager N otes: . HOURLY RATE $157.00 $186.00 $ 214.00 $229.00 $243.00 $257.00 52�1.00 $286.00 $186.00 $215.00 Pre-Scheduled Work is when Customer notifies ePlus at least three (3) business days in advance of date/time work is required. ePlus makes no guarantee that resources will be available to respond to emergency requests. Unscheduled requests will be handled using commercially reasonable efforts only. Normal Business Hours (NBH) are defined as Monday through Friday 8am-Spm, except for ePlus holidays. Services delivered during Non-Business Hours, weekend hours, and hours in excess of forty (40) hours per week or eight (8) hours per day will be billed at 1.5 times the hourly rate. DocuSign Envelope ID: 2FCC427B-EA73-482A-B06A-C2F7483F9176 �+ BULK SERVICES AGREEMENT City of Fort Worth • A minimum of four (4) hours shall be charged for any work done onsite. • A minimum of one (1) hour shall be charged for any work done remotely. • All work shall be billed in 30-minute increments after any minimums have been applied. • All materials used shall be billed separately. • Senior ePlus staff providing Services in emerging or specialty technologies will bill at the Architect level or higher. • ePlus will assign resources at a bill rate that aligns with the complexity and timeline that is appropriate for the request. Customer will be advised of proposed assignments and bill rates prior to scheduling the work. • All requested Services should be pre-scheduled through ePlus with your Account Executive or On Demand Services Call Center by calling (866) 758-7662 (Option 3) or by emailing Support Services- Ondemand@eplus.com • Services rendered will be deducted from the posted purchase order. Prepaid balance under this BSA shall expire within one (1) year and remaining balance will be forfeited. Regular statements of the balance of the agreement will be provided. When the balance has been depleted, further Services are conditioned on Customer's issuance of a new purchase order under this BSA. A new agreement or change request is not required unless ePlus' pricing has changed. COMMENCEMENT AND COMPLETION DATES: from June 12, 2024, to June 12, 2025 Commencement and Completion dates represent a proposed one (1) year term; actual term will be from the date of the purchase order until the expiration of the last purchase order issued hereunder. Either Party may terminate the BSA for any reason on thirty (30) days prior written notice to the other Party. Upon any such termination, ePlus will be paid all fees and expenses which have been incurred or earned in connection with the performance of the Services through the effective date of such termination. Additionally, in the event Customer cancels any Services with less than two (2) weeks prior notice, Customer shall reimburse ePlus for any non-refundable expenses incurred in preparation for such cancelled Services. Unless otherwise specified in writing, the primary contacts for Supplier and the Customer shall be: NAME Steve Hughes BobbyLee PHONE�EMAII texasservicesmanagement@eplus.com 817-392-2310 DocuSign Envelope ID: 2FCC427B-EA73-482A-B06A-C2F7483F9176 �+ BULK SERVICES AGREEMENT City of Fort Worth 4.1 THE PRICING IN THIS BSA IS VALID FOR SIXTY �60� DAYS FROM DELIVERY TO THE CUSTOMER. 4.2 CUSTOMER SHALL PAY, IN ACCORDANCE WITH THE RELEVANT TERMS AND CONDITIONS OF THE AGREEMENT, A FEE FOR SUPPLIER�S PERFORMANCE OF SERVICES FOR THE PROJECT. 4.3 CUSTOMER WILL PREPAY EPLUS $10,000.00, TO BE RETAINED AND APPLIED AS SERVICES ARE RENDERED BY EPLUS. CUSTOMER WILL BE NOTIFIED IF THE BALANCE IS RUNNING LOW AND NEEDS TO BE REPLENISHED VIA CHANGE ORDER. 4.4 EXCEPT PURSUANT TO A CUSTOMER REQUEST UNDER SECTION 4.5, FUNDS WILL ONLY BE DEDUCTED FROM THE BALANCE FOR SERVICES RENDERED, WITH PRIOR CUSTOMER APPROVAL. 4.5 EPLUS WILL INVOICE THE CUSTOMER THE TOTAL AMOUNT OF THE BSA, AS REFERENCED IN 4.3, UPON BSA EXECUTION, AND CUSTOMER AGREES TO PAY SUCH INVOICE WHETHER OR NOT SERVICES HAVE BEEN RENDERED YET. IN THE EVENT OF SUCH PREPAYMENT, EPLUS WILL PERFORM THE SERVICES UPON CUSTOMER'S REQUEST ON OR BEFORE THE EXPIRATION DATE OF THIS AGREEMENT. 4.6 PAYMENTS ARE DUE TO EPLUS WITHIN THIRTY �30� DAYS AFTER CUSTOMER'S RECEIPT OF AN INVOICE AGAINST THIS AGREEMENT. Upon ePlus' completion of a task or Service performed, ePlus shall notify Customer by providing a time sheet for signature or a Milestone/Service Completion Certificate ("MCC"). Customer has five (5) working days from the completion of the Services or task, as applicable, to accept the work performed as being complete. Signing of the time sheet or MCC, or Customer's failure to respond to the time sheet or MCC within the designated five (5) working day period, signifies Customer's acceptance of the task and that Services have been performed in accordance with this BSA. In order to refuse acceptance of the Services, Customer must provide ePlus with full details that show that Services do not conform to the BSA. ePlus shall address such non-conformance in a timely manner and shall compile an action plan to correct any deficiencies. Acceptance may not be withheld due to defects in Services that do not represent a material non-conformance with the requirements of the BSA. 6.1 EPLUS WILL NOT BE LIABLE FOR ANY FAILURE TO PERFORM THE SERVICES, TO THE EXTENT THAT THE FAILURE IS CAUSED BY CUSTOMER'S LACK OF COOPERATION. 6.2 EPLUS WILL NOT BE HELD RESPONSIBLE FOR DATA LO55. BACKUPS SHOULD BE PERFORMED PRIOR TO WORK STARTING. ALL DATA IS THE RESPONSIBILITY OF THE CUSTOMER. 6.3 EPLUS WILL NOT BE HELD LIABLE FOR SOFTWARE LICENSE COMPLIANCE. SOFTWARE LICENSE COMPLIANCE IS BETWEEN THE CUSTOMER AND THE SOFTWARE COMPANY. 6.4 EPLUS WILL NOT BE HELD FOR ADDITIONAL WORK NOT LISTED IN THIS BSA. AN ADDENDUM MUST BE WRITTEN AND APPROVED BY BOTH EPLUS AND THE CUSTOMER BEFORE ADDITIONAL WORK CAN BE STARTED. 6.5 EPLUS WILL NOT BE HELD RESPONSIBLE FOR DELAYS OR FAILURES TO PERFORM HEREUNDER DUE TO CAUSES BEYOND ITS REASONABLE CONTROL (INCLUDING, WITHOUT LIMITATION, ACTS OF GOD, FIRE, FLOOD, WAR, EXPLOSION, SABOTAGE, TERRORISM, EMBARGO, CIVIL COMMOTION, ACTS OR OMISSIONS OF ANY GOVERNMENT ENTITY, SUPPLIER DELAYS, COMMUNICATIONS OR POWER FAILURE, EQUIPMENT OR SOFTWARE MALFUNCTION, OR LABOR DISPUTES�. DocuSign Envelope ID: 2FCC427B-EA73-482A-B06A-C2F7483F9176 �+ BULK SERVICES AGREEMENT City of Fort Worth 6.6 EPLUS WILL NOT BE HELD RESPONSIBLE FOR DELAYS OR FAILURES TO PERFORM RELATED TO THE CUSTOM CONFIGURED OR SPECIALIZED HARDWARE OR SOFTWARE NEEDING MODIFICATION BY THE MANUFACTURER. 6.7 EPLUS WILL NOT BE HELD RESPONSIBLE FOR DELAYS OR FAILURES TO PERFORM RELATED TO THE DATA CONVERSION BEING PERFORMED BY THE CUSTOM CONFIGURED OR SPECIALIZED SOFTWARE MANUFACTURER. 6.$ SINCE EPLUS RESOURCES WILL BE PERFORMING SERVICES AT CUSTOMER�S DIRECTION, NOTWITHSTANDING ANYTHING TO THE CONTRARY IN THE AGREEMENT EPLUS' LIABILITY ARISING OUT OF SUCH SERVICES SHALL BE LIMITED TO THE AMOUNT OF FEES PAID UNDER THIS BSA. Each Party hereby acknowledges and confirms that it has read this BSA and accepts and approves the scope of work and terms and conditions. Each Party understands that should additional work be required that by its nature could not have been known or determined at the time this BSA was executed, a mutually agreeable written change order describing the additional work and any related expenses will be required. This BSA must be signed and returned before work can begin. Please sign and return to ePlus at texasservicesmanagement@eplus.com. Deputy City Manager � IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed by their duly authorized representatives as of the Effective Date. M&C Review CITY COUNCIL AGENDA Create New From This M&C DATE: CODE 2/14/2023 REFERENCE **M&C 23- NO.: 0061 P TYPE: CONSENT LOG NAME: PUBLIC HEARING: Page 1 of 3 Official site of the City of Fort Worth, Texas ��RT��+ORTII _��- 041NFRASTRUCTURE MULTI-COOP � 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, DIR-TSO- Netsync and 4167 WWT Presidio, DIR-TSO- Netsync and 3763 WWT Presidio, DIR-TSO- Netsync and 4299 7/3/2023 12/20/2017 2/5/2018 I /10/2024 9/12/2016 10/13/2016 2/17/2023 3/20/2018 5/4/2018 0/2/2024 1 /12/2018 2/26/2018 http://apps.cfwnet.org/council�acket/mc review.asp?ID=30688&councildate=2/14/2023 5/28/2024 M&C Review Vendor Co-op Expiration RFO Responses Date Published Due WWT and DIR-TSO- ePlus 4160 Presidio and DIR-TSO- 2�21/2025 2/26/2018 4/9/2018 ePlus 4288 W� DIR-CPO- 1/23/2025 3/15/2019 4/25/2019 4444 Netsync and TIPS 5/31/2023 1/9/2020 2/21/2020 ePlus 200105 W� OMN IA 5/31 /2026 12/1 /2020 1/19/2021 R210407 Page 2 of 3 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�acket/mc review.asp?ID=30688&councildate=2/14/2023 5/28/2024 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 Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount � ID � ID � Year (Chartfield 2) Submitted for Citv Manaqer's Office bv: Oriqinatinq Department Head: Additional Information Contact: Valerie Washington (6192) Kevin Gunn (2015) Kevin Gunn (2015) ATTACHMENTS 041NFRASTRUCTURE MULTI-COOP funds availabilitv.pdf (CFW Internal) FID Template Multi Coop Dec2022.x1sx (CFW Internal) Form 1295 Certificate 100986599 - NETSYNC.pdf (CFW Internal) Form 1295 Certificate 100987319 CoFW DIR-TSO-4167 Presidio.pdf (CFW Internal) Form 1295 Certificate 100987322 CoFW DIR-TSO-3763 Presidio.pdf (CFW Internal) Form 1295 Certificate 100987323 CoFW DIR-TSO-4299 Presidio.pdf (CFW Internal) Form 1295 Certificate 100987325 CoFw DIR-TSO-4288-Presidio.pdf (CFW Internal) Form 1295 Certificate Citv of Ft Worth 2022-96353WWT.pdf (CFW Internal) Form 1295 Certificate of Interested Eplus.pdf (CFW Internal) http://apps.cfwnet.org/council�acket/mc review.asp?ID=30688&councildate=2/14/2023 5/28/2024