Loading...
HomeMy WebLinkAboutContract 58916-A1R1CSC No. 58916-AlRI FIRST AMENDMENT AND FIRST RENEWAL TO FORT WORTH CITY SECRETARY CONTRACT NO. 58916 This First Amendment and First Renewal to Fort Worth City Secretary Contract No. 58916 ("First Amendment and First Renewal") is entered into by and between the City of Fort Worth ("City"), a home rule municipality of the State of Texas, and World Wide Technology, LLC ("Vendor"), a Missouri limited liability company. City and Vendor are each individually referred to herein as a "party" and collectively referred to as the "parties." WHEREAS, on February 21, 2023, the parties entered into City Secretary Contract No. 58916 (the "Agreement") to provide goods and services pursuant to Texas Department of Information Resources DIR-CPO-4444 ("DIR-CPO-4444"); WHEREAS, DIR-CPO-4444 expired on January 23, 2025; WHEREAS, Mayor and Council Communication ("M&C") 23-0061 authorized the City to purchase the same equipment and supplies under a newly executed Texas Department of Information Resources ("DIR") cooperative contract with substantially similar terms in the event DIR-CPO-4444 was not extended; WHEREAS, on January 22, 2025, DIR executed a new cooperative contract, DIR-CPO- 5683, with substantially similar terms as DIR-CPO-4444; and WHEREAS, pursuant to M&C 23-0061, the Parties wish to amend and renew the Agreement to use DIR-CPO-5683 as a successor contract, effective January 24, 2025. NOW, THEREFORE, the parties, acting herein by the through their duly authorized representatives, enter into the following agreement: OFFICIAL RECORD I CITY SECRETARY AMENDMENTS FT. WORTH, Tx 1. The Agreement is hereby amended to replace any mentions of "DIR-CPO-4444" with "DIR-CPO-5683" effective January 24, 2025. 2. Exhibit C of the Agreement is hereby amended in its entirety to be and read as set forth in Exhibit C of this First Amendment and First Renewal which is attached hereto and incorporated herein by reference for all purposes. 3. Exhibit D of the Agreement is hereby amended in its entirety to be and read as set forth in Exhibit D of this First Amendment and First renewal which is attached hereto and incorporated herein by reference for all purposes. 4. The third full paragraph of the Agreement is amended to be and read as follows: First Amendment and First Renewal to Fort Worth City Secretary Contract No. 58916 Page 1 of 5 The term of this Agreement is effective beginning on the date signed by the Interim Assistant City Manager below ("Effective Date") and expires on January 23, 2025. This Agreement may be amended to reflect the successive DIR Cooperative Agreement to DIR-CPO-5683 and be renewed annually until December 31, 2027, in accordance with the M&C 23-0061. If renewed, the first renewal term shall begin on January 24, 2025 and expire on January 22, 2026; the second renewal term shall begin on January 23, 2026 and expire on January 22, 2027; the third renewal term shall begin on January 24 2027 and expire on December 31, 2027. 2. RENEWALS The Agreement is hereby renewed for a one-year Renewal Term beginning January 24, 2025 and ending on January 22, 2026 unless otherwise extended in accordance with the terms of the Agreement. 3. 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. 4. 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. [Signature Page Follows] First Amendment and First Renewal to Fort Worth City Secretary Contract No. 58916 Page 2 of 5 ACCEPTED AND AGREED: CITY OF FORT WORTH: By: Name: Richard Zavala Title: Interim Assistant City Manager Date: Mar 11, 2025 APPROVAL RECOMMENDED: By: / Name: Kevin Gunn Title: Director, IT Solutions Department ATTEST: By: V A FP Name: Jannette Goodall Title: City Secretary VENDOR: a � Fa'14 p�� o 00000�YO�d�d Oro a=0 I.g v Op�a a��1�X644a �d World Wide Technology, LLC By: —" Name: Gregory Brush Title: VP Public Sector Date: 03-05-2025 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: Robert, 2025 11:34 CST) Name: Bobby Lee Title: Sr. IT Solutions Manager APPROVED AS TO FORM AND LEGALITY: By: Name: Hye Won Kim Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 23-0061 Approval Date: 02/14/2023 Form 1295: 2022-963536 ATTEST: By: Name: Carol Harting Title: SLED Contracts Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment and First Renewal to Fort Worth City Secretary Contract No. 58916 Page 3 of 5 EXHIBIT C TEXAS DEPARTMENT OF INFORMATION RESOURCES DIR-CPO-5683 First Amendment and First Renewal to Fort Worth City Secretary Contract No. 58916 Page 4 of 5 DIR Contract No. DIR-CPO-5683 Carahsoft Technology Corporation — 522189693 STATE OF TEXAS DEPARTMENT OF INFORMATION RESOURCES CONTRACT FOR PRODUCT, SERVICES, AND RELATED SERVICES Carahsoft Technology Corporation 1 INTRODUCTION 1.1 Parties This contract for DIR-CPO-TMP-588 Education Information Technology (I.T.) Products and Related Services (this "Contract") is entered into between the State of Texas, acting by and through the Department of Information Resources (hereinafter "DIR") with its principal place of business at 300 West 15t" Street, Suite 1300, Austin, Texas 78701, and Carahsoft Technology Corporation, a Maryland Corporation (hereinafter "Successful Respondent"), with its principal place of business at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. 1.2 Compliance with Procurement Laws This Contract is the result of compliance with applicable procurement laws of the State of Texas. DIR issued a solicitation on the Comptroller of Public Accounts' Electronic State Business Daily, Request for Offer (RFO) DIR-CPO-TMP-588 on March 18, 2024, for Education Information Technology (I.T.) Products and Related Services (the "RFO"). Upon execution of all Contracts, a notice of award for DIR-CPO-TMP-588, shall be posted by DIR on the Electronic State Business Daily. 1.3 Order of Precedence A. For transactions under this Contract, the order of precedence shall be as follows: 1. this Contract; 2. Appendix A, Standard Terms and Conditions; 3. Appendix B, Successful Respondent's Historically Underutilized Businesses Subcontracting Plan; 4. Appendix C, Pricing Index; 5. Exhibit 1, RFO DIR-CPO-TMP-588, including all Addenda; and 6. Exhibit 2, Successful Respondent's Response to RFO DIR-CPO-TMP-588, including all Addenda. DIR Contract No. DIR-CPO-5683 Carahsoft Technology Corporation - 522189693 B. Each of the foregoing documents is hereby incorporated by reference and together constitute the entire agreement between DIR and Successful Respondent. 1.4 Definitions Capitalized terms used but not defined herein have the meanings given to them in Appendix A, Standard Terms and Conditions. 2 TERM OF CONTRACT The initial term of this Contract shall be up to two (2) years commencing on the date of the last signature hereto (the "Initial Term"), with one (1) optional two-year renewal and one (1) optional one-year renewal (each, a "Renewal Term"). Prior to expiration of the Initial Term and each Renewal Term, this Contract will renew automatically under the same terms and conditions unless either party provides written notice to the other party at least sixty (60) days in advance of the renewal date stating that the party wishes to discuss amendment or non -renewal. 3 OPTION TO EXTEND Successful Respondent agrees that DIR may require continued performance under this Contract at the rates specified in this Contact following the expiration of the Initial Term or any Renewal Term. This option may be exercised more than once, but the total extension of performance hereunder shall not exceed ninety (90) calendar days. Such extension of services shall be subject to the requirements of the Contract, with the sole and limited exception that the original date of termination shall be extended pursuant to this provision. DIR may exercise this option upon thirty (30) calendar days written notice to the Successful Respondent. 4 PRODUCT AND SERVICE OFFERINGS Products and services available under this Contract are limited to the technology categories defined in Request for Offer DIR-CPO-TMP-588 for Education Information Technology (I.T.) Products and Related Services. At DIR's sole discretion, Successful Respondent may incorporate changes or make additions to its product and service offerings, provided that any changes or additions must be within the scope of the RFO. DIR-CPO-TMP-588 Page 2 of 9 Version 1.0 Rev. 3/21 /23 DIR Contract No. DIR-CPO-5683 Carahsoft Technology Corporation - 522189693 5 PRICING 5.1 Pricing Index Pricing to Customers shall be as set forth in Appendix C, Pricing Index, and shall include the DIR Administrative Fee (as defined below). 5.2 Customer Discount A. The minimum Customer discount for all products and services will be the percentage off List Price (as defined below) or MSRP (as defined below), as applicable, as specified in Appendix C, Pricing Index. Successful Respondent shall not establish a List Price or MSRP for a particular solicitation. For purposes of this Section, "List Price" is the price for a product or service published in Successful Respondent's price catalog (or similar document) before any discounts or price allowances are applied. For purposes of this Section, "MSRP," or manufacturer's suggested retail price, is the price list published by the manufacturer or publisher of a product and available to and recognized by the trade. B. Customers purchasing products or services under this Contract may negotiate additional discounts with Successful Respondent. Successful Respondent and Customer shall provide the details of such additional discounts to DIR upon request. C. If products or services available under this Contract are provided at a lower price to: (i) an eligible Customer who is not purchasing those products or services under this Contract, or (ii) to any other customer under the same terms and conditions provided for the State for the same products and services under this contract, then the price of such products and services under this Contract shall be adjusted to that lower price. This requirement applies to products or services quoted by Successful Respondent for a quantity of one (1), but does not apply to volume or special pricing purchases. Successful Respondent shall notify DIR within ten (10) days of providing a lower price as described in this Section, and this Contract shall be amended within ten (10) days to reflect such lower price. 5.3 Changes to Prices A. Subject to the requirements of this section, Successful Respondent may change the price of any product or service upon changes to the List Price or MSRP, as DIR-CPO-TMP-588 Page 3 of 9 Version 1.0 Rev. 3/21 /23 DIR Contract No. DIR-CPO-5683 Carahsoft Technology Corporation — 522189693 applicable. Discount levels shall not be subject to such changes and will remain consistent with the discount levels specified in this Contract. B. Successful Respondent may revise its pricing by publishing a revised pricing list, subject to review and approval by DIR. If DIR, in its sole discretion, finds that the price of a product or service has been increased unreasonably, DIR may request that Successful Respondent reduce the pricing for the product or service to the level published before such revision. Upon such request, Successful Respondent shall either reduce the pricing as requested, or shall remove the product or service from the pricing list for this Contract. Failure to do so will constitute an act of default by Successful Respondent. 5.4 Shipping and Handling Prices to Customers shall include all shipping and handling fees. Shipments will be Free On Board Customer's Destination. No additional fees may be charged to Customers for standard shipping and handling. If a Customer requests expedited or special delivery, Customer will be responsible for any additional charges for expedited or special delivery. 6 DIR ADMINISTRATIVE FEE A. Successful Respondent shall pay an administrative fee to DIR based on the dollar value of all sales to Customers pursuant to this Contract (the "DIR Administrative Fee"). The amount of the DIR Administrative Fee shall be seventy-five hundredths of a percent (0.75%) of all sales, net of returns and credits. For example, the administrative fee for sales totaling $100,000 shall be $750. B. All prices quoted to Customers shall include the DIR Administrative Fee. DIR reserves the right to increase or decrease the DIR Administrative Fee during the term of this Contract, upon written notice to Successful Respondent without amending this Contract. Any increase or decrease in the DIR Administrative Fee shall be incorporated in the price to Customers. DIR-CPO-TMP-588 Page 4 of 9 Version 1.0 Rev. 3/21 /23 DIR Contract No. DIR-CPO-5683 Carahsoft Technology Corporation - 522189693 7 INTERNET ACCESS TO CONTRACT AND PRICING INFORMATION In addition to the requirements listed in Appendix A, Section 7.2, Internet Access to Contract and Pricing Information, Successful Respondent shall include the following with its webpage: A. A current price list or mechanism to obtain specific contract pricing; B. MSRP/list price or DIR Customer price; C. Discount percentage (%) off MSRP or List Price; D. Warranty policies; and E. Return policies. 8 USE OF ORDER FULFILLERS 8.1 Authorization to Use Order Fulfillers Subject to the conditions in this Section 8, DIR agrees to permit Successful Respondent to utilize designated order fulfillers to provide products, services, and support resources to Customers under this Contract ("Order Fulfillers"). 8.2 Designation of Order Fulfillers A. Successful Respondent may designate Order Fulfillers to act as the distributors for products and services available under this Contract. In designating Order Fulfillers, Successful Respondent must be in compliance with the State's Policy on Utilization of Historically Underutilized Businesses. DIR and Successful Respondent will agree on the number of Order Fulfillers that are Historically Underutilized Businesses as defined by the CPA. B. In addition to the required Subcontracting Plan, Successful Respondent shall provide DIR with the following Order Fulfiller information: Order Fulfiller name, Order Fulfiller business address, Order Fulfiller CPA Identification Number, Order Fulfiller contact person email address and phone number. C. DIR reserves the right to require Successful Respondent to rescind any Order Fulfiller participation or request that Successful Respondent name additional Order Fulfillers should DIR determine it is in the best interest of the State. D. Successful Respondent shall be fully liable for its Order Fulfillers' performance under and compliance with the terms and conditions of this Contract. Successful DIR-CPO-TMP-588 Page 5 of 9 Version 1.0 Rev. 3/21 /23 DIR Contract No. DIR-CPO-5683 Carahsoft Technology Corporation - 522189693 Respondent shall enter into contracts with Order Fulfillers and use terms and conditions that are consistent with the terms and conditions of this Contract. E. Successful Respondent may qualify Order Fulfillers and their participation under the Contract provided that: i) any criteria is uniformly applied to all potential Order Fulfillers based upon Successful Respondent's established, neutrally applied criteria, ii) the criteria is not based on a particular procurement, and iii) all Customers are supported under the criteria. F. Successful Respondent shall not prohibit any Order Fulfiller from participating in other procurement opportunities offered through DIR. 8.3 Changes in Order Fulfiller Successful Respondent may add or remove Order Fulfillers throughout the term of this Contract upon written authorization by DIR. Prior to adding or removing Order Fulfillers, Successful Respondent must make a good faith effort to revise its Subcontracting Plan in accordance with the State's Policy on Utilization of Historically Underutilized Businesses. Successful Respondent shall provide DIR with its updated Subcontracting Plan and the Order Fulfillers information listed above. 8.4 Order Fulfiller Pricing to Customer Order Fulfiller pricing to the Customer shall be in accordance with Section 5. 9 NOTIFICATION All notices under this Contract shall be sent to a party at the respective address indicated below. If sent to the State: Lisa Massock or Successor in Office Chief Procurement Officer Department of Information Resources 300 W. 15t" St., Suite 1300 Austin, Texas 78701 Phone: (512) 475-4700 Email: lisa.massock@dir.texas.aov DIR-CPO-TMP-588 Page 6 of 9 Version 1.0 Rev. 3/21 /23 DIR Contract No. DIR-CPO-5683 Carahsoft Technology Corporation — 522189693 If sent to Successful Respondent: Robert R. Moore Carahsoft Technology Corporation 11493 Sunset Hills Road Suite 100 Reston, VA 20190 Phone: (703) 871-8504 Email: Robert.Moore@Carahsoft.com 10 SOFTWARE LICENSE 10.1 Software License Agreement A. Customers acquiring software licenses under this Contract shall hold, use, and operate such software subject to compliance with the Software License Agreement. Customer and Successful Respondent may agree to additional terms and conditions that do not diminish a term or condition in the Software License Agreement, or in any manner lessen the rights or protections of Customer or the responsibilities or liabilities of Successful Respondent. Successful Respondent shall make the Software License Agreement terms and conditions available to all Customers at all times. B. Compliance with the Software License Agreement is the responsibility of the Customer. DIR shall not be responsible for any Customer's compliance with the Software License Agreement. 11 CONFLICTING OR ADDITIONAL TERMS A. The terms and conditions of this Contract shall supersede any additional conflicting or additional terms in any additional service agreements, statement of work, and any other provisions, terms, conditions, and license agreements, including those which may be affixed to or accompany software upon delivery (sometimes called shrink-wrap or click -wrap agreements), and any linked or supplemental documents, which may be proposed, issued, or accepted by Successful Respondent and Customer in addition to this Contract (such additional agreements, "Additional Agreements"), regardless of when such Additional Agreements are proposed, issued, or accepted by Customer. Notwithstanding the foregoing, it is Customer's responsibility to review any Additional Agreements to DIR-CPO-TMP-588 Page 7 of 9 Version 1.0 Rev. 3/21 /23 DIR Contract No. DIR-CPO-5683 Carahsoft Technology Corporation - 522189693 determine if Customer accepts such Additional Agreement. If Customer does not accept such Additional Agreement, Customer shall be responsible for negotiating any changes thereto. B. Any update or amendment to an Additional Agreement shall only apply to Purchase Orders for the associated product or service offering after the effective date of such update or amendment; provided that, if Successful Respondent has responded to a Customer's solicitation or request for pricing, any subsequent update or amendment to an Additional Agreement may only apply to a resulting Purchase Order if Successful Respondent directly informs such Customer of such update or amendment before the Purchase Order is executed. C. Successful Respondent shall not require any Additional Agreement that: i) diminishes the rights, benefits, or protections of Customer, or that alters the definitions, measurements, or method for determining any authorized rights, benefits, or protections of Customer; or ii) imposes additional costs, burdens, or obligations upon Customer, or that alters the definitions, measurements, or method for determining any authorized costs, burdens, or obligations upon Customer. D. If Successful Respondent attempts to do any of the foregoing, the prohibited documents will be void and inapplicable to this Contract or the Purchase Order between Successful Respondent and Customer, and Successful Respondent will nonetheless be obligated to perform such Purchase Order without regard to the prohibited documents, unless Customer elects instead to terminate such Purchase Order, which in such case may be identified as a termination for cause against Successful Respondent. 12 AUTHORIZED EXCEPTIONS TO APPENDIX A, STANDARD TERMS AND CONDITIONS No exceptions have been agreed to by DIR and Successful Respondent. (Remainder of this page intentionally left blank.) DIR-CPO-TMP-588 Page 8 of 9 Version 1.0 Rev. 3/21 /23 DIR Contract No. DIR-CPO-5683 Carahsoft Technology Corporation - 522189693 This Contract is executed to be effective as of the date of last signature. Carahsoft Technology Corporation Authorized By: Sianature on File Name: Robert R. Moore Vice President Title: Date: 1/16/2025 1 10:31 AM PST The State of Texas, acting by and through the Department of Information Resources Authorized By: Sianature on File Name: Lisa Massock Title: Chief Procurement Officer Date: 1/22/2025 1 4:59 PM CST Office of General Counsel: Sianature on File Date: 1/22/2025 1 4:33 PM CST DIR-CPO-TMP-588 Page 9 of 9 Version 1.0 Rev. 3/21 /23 EXHIBIT D Texas Department of Information Resources DIR-CPO-5683 Pricing Index First Amendment and First Renewal to Fort Worth City Secretary Contract No. 58916 Page 5 of 5 Armis Hardware 10.00% BEINCOURT Hardware 2.00% Broadcom Hardware 2.00% Gigamon Hardware 10.00% NowSecure Hardware 5.00% Versa Networks Hardware 2.00% 1 Kosmos SaaS 3.00% Apace SaaS 2.00% Armis Software 10.00% Autura Software and Marketplace 2.00% BEINCOURT Software 2.00% Blocksi BMEE SaaS 2.00% Boomi PaaS and Enterprise Integration Platform 2.00% Broadcom Software 2.00% Carahsoft SaaS 1.00% Collibra, Inc. SaaS 1.26% Copado SaaS 2.00% Critical Start Software 5.00% Cyb ra ry Software 2.00% D21- SaaS 2.00% Diona Software and SaaS 2.00% EasyVista Software 5.00% ForceMetrics Software 2.00% Fusion Software 5.00% Garblecloud SaaS 2.00% Gigamon Software 4.00% Halcyon Software, SaaS 3.00% HIPAA Vault SaaS 5.00% HiPER Solutions LLC SaaS 15.00% HipLink Software 2.00% Indigov SaaS 2.00% Invictus Software 2.00% LumApps SaaS 2.00% Lumu Technologies Software 2.00% mavQ Software 2.00% Medex Forensics SaaS 2.00% MIDL Technology Inc. SaaS 2.00% mLogica Software, SaaS 2.00% NGIS SaaS 2.00% NowSecure Software 5.00% Nuggets USA Limited SaaS 2.00% NYWired SaaS 2.00% OffSec SaaS 2.00% Pantheon SaaS 2.00% PIXM SaaS 2.00% PTFS SaaS 2.00% Qualtrics SaaS 2.70% Replica Software 2.00% ReversingLabs Software 2.00% S-Docs SaaS 5.00% Societal Software 2.00% Sprout Social SaaS 3.00% Striveworks Software 2.00% SumoLogic Software 5.00% The Tomorrow Companies SaaS 3.00% TranslateLive SaaS 2.00% Varsity Tutors Cloud Platform 2.00% Versa Networks Software 2.00% VMRay SaaS 2.00% Wasabi SaaS 2.00% Wiz SaaS 2.00% Armis 5.00% Autu ra 2.00% BEINCOURT 2.00% Boomi 2.00% Broadcom 2.00% Carahsoft 2.00% Collibra 1.26% Copado 2.00% CriticalStart 2.00% Cyb ra ry 2.00% D2 L 2.00% Diana 2.00% EasyVista 5.00% ForceMetrics 2.00% Fusion Health 2.00% GarbleCloud 2.00% Gigamon 10.00% Gov2Biz 2.00% HIPAA Vault 2.00% HiPER Solutions 15.00% HipLink 2.00% Indigov 2.00% Lumapps 2.00% Lumu Technologies 2.00% M avQ 2.00% Medex Forensics 2.00% mLogica 2.00% NGIS 2.00% NowSecure 2.00% Nuggets USA Limited 2.00% NYWired 2.00% Pantheon 2.00% Qualtrics 2.00% Reversing Labs 3.00% S-Docs 5.00% Societal 2.00% Sprout Social 3.00% Striveworks 2.00% SumoLogic 2.00% The Tomorrow Companies Inc. 3.00% TranslateLive 2.00% Versa Networks 2.00% VMRay 2.00% NOTE: Vendor's quote to DIR Customers shall include the Administrative Fee. The fee will be added to the Firm Fixed Price and/or MSRP after the DIR Discount % off MSRP is applied. ACITY COUNCIL AGEND Create New From This M&C Official site of the City of Fort Worth, Texas FORT WORTI I DATE: 2/14/2023 REFERENCE **M&C 23- LOG NAME: 041NFRASTRUCTURE NO.: 0061 MULTI -COOP CODE: P TYPE: CONSENT PUBLIC NO HEARING: 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 Presidio, DIR-TSO- Netsync and 4167 WWT Presidio, DIR-TSO- Netsync and 3763 WWT Expiration RFO Responses Date Published Due 7/3/2023 1 /10/2024 12/20/2017 2/5/2018 9/12/2016 Presidio, DIR-TSO- Netsync and 4299 12/17/2023 3/20/2018 WWT WWT and DIR-TSO- 10/2/2024 1/12/2018 ePlus 4160 10/13/2016 5/4/2018 2/26/2018 Vendor Co-op Expiration RFO Responses Date Published Due Presidio and DIR-TSO- 2/21/2025 2/26/2018 4/9/2018 ePlus 4288 WWT 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 WWT OMNIA 5/31 /2026 12/1 /2020 1 /19/2021 R210407 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 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 i ID ID FROM Fund Department I Account Project ID ID Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Program Activity Budget Year Program Activity Budget Year Reference # Amount (Chartfield 2) Reference # Amount (Chartfield 2) Valerie Washington (6192) 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.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)