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)