Loading...
HomeMy WebLinkAboutContract 63281CSC No. 63281 FORT WORTH CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement ("Agreement") is entered into by TargetSolutions Learning, LLC dba Vector Solutions("Vendor") and the City of Fort Worth ("City"), a Texas home rule municipality. The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1. This Cooperative Purchase Agreement; 2. Exhibit A — Seller's Quote (including the terms and conditions agreed upon in the NPPGov MPA), Scope of Services or Purchase Order; 3. Exhibit B — Cooperative Agency Contract PS21095; and 4. Exhibit C — Conflict of Interest Questionnaire Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. If any provisions of the attached Exhibits conflict with the terms herein, are prohibited by applicable law, conflict with any applicable rule, regulation or ordinance of City, the terms in this Cooperative Purchase Agreement shall control. City shall pay Vendor in accordance with the fee schedule in Exhibit A and in accordance with the provisions of this Agreement. Total payment made under this Agreement for the first year by City shall not exceed two hundred thousand dollars and zero cents ($200,000.00). Vendor shall not provide any additional items or services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The term of this Agreement is effective beginning on the date signed by the Assistant City Manager below ("Effective Date") and expires one year thereafter, unless earlier terminated by the parties in accordance with the terms of this Agreement. The parties may, by written mutual agreement, renew the Agreement for up to four (4) one-year renewal options. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other parry by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: William Johnson, Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address To VENDOR: TargetSolutions Learning, LLC, dba Vector Solutions ("TSL") 4890 W. Kennedy Blvd., Suite 300 Tampa, FL 33609, Facsimile: n/a City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. The Agreement and the rights and obligations of the parties hereto shall be governed by, and construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of laws provisions. Venue for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have no force or effect. Subject to the requirements of Texas law, , the limits of liability of Vendor contained in the NPPGov MPA shall control. The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: By: William Johnson ( y 15, 2025 10:54 CDT) Name: Title: Assistant City Manager Date: APPROVAL RECOMMENDED: By:James Davis (May 14, 2025 14:25 CDT) Name: Jim Davis Title: Fire Chief �o C / Bann nezAsaba By: Name: Jannette Goodall Title: City Secretary VENDOR: TargetSolutions d/b/a Vector Solutions By: gIUan, Kan" Name: Kegan Konrady Title: Vice President of Sales 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: Brenda Ra2�14, 5 14:20 CDT) Name: James Horton Title: Fire Deputy Chief APPROVED AS TO FORM AND LEGALITY: 45 By: 7/ Name: Taylor Paris Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: XXX 25-0433 5/14/2025 1295:2025-1272363 Exhibit A- Sellers Quote OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor will provide the City with membership to its Vector LMS Streamline product. This service is designed to enhance the training and learning management capabilities of the City and is specifically tailored to meet the needs of emergency responders, including the City's fire department, police department, and other public safety agencies. As part of this premier membership, Vendor will offer the following services: Learning Management System Access, Comprehensive Course Catalog, Customizable Training Programs, Reporting and Analytics, and not limited to Ongoing Updates and Content Enhancements, and as reflected in schedule A. TargetSolutions Learning, LLC d/b/a Vector Solutions Schedule A The Participating Agency ('Client) identified below has entered into an Intergovernmental Cooperative Purchasing Agreement CIGA) with Government Division of the National Purchasing Partners ('NPPGov) pursuant to the Master Price Agreement entered into on March 24. 2021 (the 'MPA') between the League of Oregon Cities (the 'Lead Contracting Agency') and TargetSolutions Learning, LLC, dlbfa Vector Solutions ('TSL'). TSL agrees to provide, and Client agrees to purchase the Services described below in accordance with and subject to the tens, covenants, and conditions of the MPA, including but not limited to the Target Solutions Client Agreement attached to the MPA as Attachment F. This document serves as a'Schedule A' as identified in Attachment F to the MPA. TargetSolutions Learning. LLC, dlbla Vector Solutions ("TSL') NPP ID: PS21085 NPP Member ID: Date: Tuesday, February 4, 2025 Client Information Client Name: Fort Worth Fire Department (TX) Address: 505 West Felix Street Fort Worth, TX 76115 Primary Contact Name: Gina Nix Agreement Term Effective Date: 10/31/2025 Primary Contact Phone: 8178716874 Initial Term: 36 months Invoicing Contact Information (Please fill in missing information) Billing Contact Name: Billing Address: Billing Phone: 505 West Felix Street Fort Worth, Texas 76115 Billing Email: PO#: Billing Frequency: Payment Terms: Annual I Net 30 Annual Fee(s) Product I product Code Vector LMS. TSPREMIER TametSolutions Edition Premier Membershipp TSPREMIER I Vector LMT TaroetSolutions Minimum Description Annual Price Sub Total Comnatrnent Fire Personnel with Evaluations+ 1,000 $112.00 $112.000.00 EMS Personnel with Evaluations+ 500 589.00 $48,500.00 I bit A: Seller's Quote Issued os.Ga2021 Edition Premier Membershio Vector LMS, Annual maintenance of TSMAINTFEES Taraet5olutions Vector LMS 1 $435.00 $435.00 Edition - Maintenance TargetSolutions Edition Fee Vector LMS, Annual maintenance of TSht.AINTFEES TarsmetSolutions Vector LMS. 1 $0.00 S0.00 Edition - Maintenance TargetSolutions Edition Fee Annual Total: $1617935.00 One -Time Fee(s) Product Product Description Qty Price Sub Total Code One Time set-up and Vector LMS, implementation fee; TSPS IMP TargetSolutions Edition includes site 1 $2.925.00 T2.925.00 Implementation customization. training Investment and data upload support One Time set-up and Vector LMS, implementation fee; TSPS-IMP TaroetSolutions Edition includes site 1 $0.00 Implementation customization, training Investment and data upload support One -Time Total: $2.925-00 Grand Total (including Annual and One Time): $164,860.00 Please note that this is not an invoice_ An invoice will be sent within fourteen (14) business days_ Totals do not include any applicable taxes. TSL and Client have executed this Schedule A by their authorized representatives as of the last date set forth below. TangetSolutiorts dlbla Vector Solufic is Fort Worth Fire Department (M 4890 W. Kennedy Blvd., Suite 300 505 West Felix Street Tampa, FL 33609 Fort Worth, TX 76115 BY By. Printed Name: Keaan Konradv Printed Name: Title: SAce President of Sales Title: Date: Date: !%sled 06.02021 Exhibit B — Cooperative Agency Contract DJCL&CM Er 13po ID: D3D4CABO-571G4-t�b9C2:-0eFCCe4r7a3h Intergovernmental Cooperative Purchasing Agreement This Intergovernmental Agreement (Agreement) is by and between the "Lead Contracting, Agenc' and participating government entities ("Participating Agencies"), that are member% of National Purchasing Partners (-NPPGov"), including members of Public Safety GPO. First Responder GPO. Law Enforcement GPO. Education GPO and EMS GPO that agree to the terms and conditions of this Agreement. The Lead Contracting Agency and all Participating Agencies shall be considered as "pa.-bes" to this agreement. WHEREAS, upon completion of a formal competitive soliccattor and selection process, The Lead Contracting, Agency has entered into Master Price Agreements wish one or more Vendors to proeidc goods and services, often based on national sales volume projections; WHEREAS. NPPGov pmvides group purchasing, marketing and administrative support for governmental entities_ NPPGov's marketing and administrative services are free to its memhcrship, which includes participating public entities and conprofit institutions throughout Nort t America WHEREAS, NPPGov has instituted a cooperative purchasing program under which member Participating Agencies may reciprocally utilize competitively solicited Master Price Agreements awarded by the Lead Contracting Agency; WHEREAS, the Mas:cr Price Agrccmen:s provide that 31l qualified government members ofNPPGov may purchase Goods and services on the same terms, conditions and pricing as the Lead Contracting Agency, subject to applicable loca: and slate laws ofthe Participating Agencies; WHEREAS, the parties agree to comply with the requirements of the Intergovernmental Cooperation Act as may he applicable to the local and state lawn of the Participating Agencies WHEREAS, the parties desire to conserve and leverage zesources, and to improve the eflicicacy and economy of the procurement process while reducing solicitation and procurement costs, WHEREAS, the patties are authorized and eligible to contract with governmental bodies and Vendor to perform governmental :unctions and services, including the purchase of goods and services; and WHEREAS. the parties desire to contract with Vcndo: s under the terns of the :vWtrs Pike Agreements; D3cuSqn Emabra ID: D3B4CAIYJ.8710Aa 9C=.06ECvEdC?52A NOW, THEREFORE, the parties agree a4 follows: ARTICLE I: LEGAL AUTHORITY Each party represents and warrants that it is eligible to participate ir. this A;Lc"tnent because i s is a local govcrnmcat created and operated to provide one or mon; govcrnmcnial functions and possesses adequate legal authority to enter into this Agreement_ ARTICLE 2: APPLICABLE LAWS The procurement of goods and services sub eet to this Agreement shall be conducted is accordance with and subject to tf:c relevant statutes, ordinances, rules, and regulation.-, that govern each party's procurement policies. Competitive Solicitations are iwended to meet the public contracting requirement~ of the Lead Contracting Agency and may not be appropriate under, or satisfy Participating Agencies' procurement laws. It is the respomsibility of each pa: to ensure it )as met all applicable solicitation and procurement requiratucnts. Participating Agencies arc urged to seek independent mvic+v by their legal counsel to ensure compliance wiLL•t all local and stale so:icitation requirements. ARTICLE: 3: USE OF BTp. PROPOSAL. OR PRICE AGREEMENT a. A "procuring party" is defined as the 1.csd Cori tracti. g Agency or any Participating agency that desires to purchase from the Master Price Aprccmcnts awarded by the Lead Contractire Agency- b. Each procuring party shalt be sol cly responsible for their our purchase o: goods and services undo. tltis Agreement. A non -procuring party shall not be liable in any fashion for any violation of law nr contract by a procuring part;-, and the procuring pally sha11 hold non -procuring parties and all unrelated procuring, parties harmless from any liability that may arise from action or inaction ofthe procuring party_ e. ".e procuring party shall not use this agreement as a method for obtaining additional concessions or reduced prices for similar goods and services outside the scope of the MMastcr Priec Agreement. d. The exercise of any rights or remedies by the procuring party shall be the exclusive obbeation of such procuring pasty_ e. The eooperaive use of bids. proposals or price agreements obtained by a party to this Agreement shall be ir_ accordance with the terns and conditioms of tie bid, proposal or price agreement except as modified where otherwise allowed or rcquired by, applicable law, and does not -Believe the park of its other solicitation requirements under >~.atc law or local policies. EM-640 ID: D304CAE76S?1C.+t-062�-9C2.:-0EEGCEdC?B2A ARTICLE 1: FAYNTENT OBLIGATIONS The procuring party will mate timely payments to Vendors _or goods and services received in. accordance 3;ith the terns and renditions a: the procurement, Payimcnt for goods and services, ina'poctions and acceptance of goods and services ordered by the procuring party shall tic the ci: lusivc ohli gation of such procuring, pan•, Di putcs hctwccn procunrg party and Vendor shall be resolved ir accordance with the lain and venue :ales of the state ofthe pmcunng Pam. Axt-IC'LES: C_ON'f f6jNCENjENTDATE This Agreement shall take effect after execution of the "Lead ContractingAgency Endorsement and Authorization" or *'Par-.icipadng .A,gencv Endorsement and Authorization," as applicable. ARTICLE 6: TERNIIItiATIO`+ OF AGREE''4IRNT This Agreement shall remain in effect until terminated by a party giving 30 days written notice to "l.,ead Contracting Agency" ARTICLE 7: ENTI E AGREEMENT This Agrertnert and any attachments, as provided herein, canctitutc the complete Agreement b,etw-een the parties hereto. and supeasede any and all oral and -&Titter agreements b: txcen the parties relating to matters ac:-cin. ARTICLE 8: CHANGES AND ANTENUMENTS. This Agreement may he amended only ln- a written arcer_drr_er_t executed by all patties, ,except that any alterations, auditions. or deletions of this Agreement which are required by chanties in Federal and State law or re-gulations are automatically inuarporated into this Agreen]c:it without written amendment hcrct-o and shall become cffecrivc on the date designated by such law or regulation. ARTICLE 9: SEN'CRkBILITY. All parties agree that should any provision of this .Agreemen: be determined to be invalid or unenforccable, such dctermmation shall not affect any other term of this Ag-Tccmcrt, which shall continue in full --arce and effect. THIS INS'T'RI,MEN"r RAS DEC, N' McuTED IN TWO OR NIORE ORIGPiAI.S 'BY EXECL?ION AND ATTACHMENT OF "THE LEAD CONTRACTING AGENCY ENDORSEMENT AND AUTHORIZATION" OR "PARTICTP,' UNG AGENCY ENDOR,SE`NENT AND AUTHORI2-4:110-7%.7 A5 APPLICABLE. ONCE MCT;TED. rr IS THE RESPONSIBILITY OF F .CH PARTY TO FILE THIS AGREEMENT WITH THE PROPER AGENCY IF REQUTRED BY LOCAL OR STATE LAW. a�w.�- R-.*lance I�- oan{;�i►rti+?`r_�:C.�Ivre4a+=rrc�e-nS,�. LEAGUE OF ta:M_GON CITIES TJkTtzider`.Mer.. aftowledym, ffu. hebalf % f the : &t r r,f GTe1*nr C'i icy. t -J end Carardc!mg :igLm:y7l Lhr.'. he-57t' gas mad '=d aguns L-a Ibe ger--ml L_zataa Br. CI cuad bums 3c,t rt�-rl i 'l e err{ lr<5ci 1ntr:-.Rove Fncr dl 67 �-ri-iva Parchmirg Agrrerient T�-,WI wng .tsae ul'Ibc NI-a`wT L°n.cc AL—pecmi- eN and r.-jmbasc ul gauLLK anE %vmccs Lix- I_-arn Umt to -i r ar�� m, � ila L ; fae Len u f. � �: _� t:iri,y; - I'grtJc '►� r+4c cis -ally. _e ianally, and r—e-ionany thrnug�-, pp(iay. Cop:.e.S of Nfamer Price .A� grecu mL mini : my ate.:-ndmeins, tktcto made- aviiiable by Ac Leagm, of Ongnit Uk will be provided to l'a Lipatir . AF—ncirm and N-Minv :n =acliitwr- =3�-- lav }*a .icipatir__a �4Frr�ie . , he ujje--T,; MmE tu�c3ers ar cs tl1n: the l±t1r1•z c ti= .rids. ind s=ry iees tL�crT the prm it C'utrperd rev 11-umbWte 4gmnt_:t s 2L the abw"-'U : dwil e-1-0 L of the P"c�ppniag Agcacic:& TL :-L1_n_-tj,=_aimed af'im t:xt he -,,,she is sn agem of the Lcoguc of Oregon C':fies .and is daly, x.iLiurizcd w 5]Et,-1 tF.i% L ag:.ie of Orrgan CtLu. Emdommunt a-mL A-Ab ri7mijum. IC741 I7�7•Ct' va"n rrs, Leaguc u!"Orega:i Ql-icw Cor.acL:r_L3mLa:L•:lla: Cantae- Pc^tum: Mike Cul:cl Tclaphune Na-: 503.5MR-6550 Date: a --A„lmv* 12- nau;; �nrr.1? TARTTC:TP.iTTNL:. 'I-L•-z ithLc-sigmd atiawi, wIWE;Ics, On bcbdf If '2"Y 0' !nor. %',rtt �'Ta -Iicipetiqg Ag=C- '-) *-I-. ha skn --Ins renc..amd n?7eec m the pr"ernl to m k xnd r,& -fbrth. In 4be emclwd In1CTVWe'--rAL'M1:'_I t-WpL-r 13',C P LrUbmsmS cL:mL-mL mpJaung rsk LTLht 54wLr P=L: Aprrrinr.'s nrkd m.Twhasc o' g,[ odF and senior flint from ri-re to ;i-r-� nre -rime avail:3 4Y by Lbc '---ad Caalzje, mg Aymc} Lo Pmtrap-LW Agxmmes 1L 1 n gionn7Ly. amd nBd0n3][y h:orae_'� \'f'pCC-rr. rLt• un ders.ignA [mr1cr ac-Ino b.-Ages Lha= J3c ar:r-base of goods and ienriot wcvr —'- E mv:., inns of the htar&.tvarr:-nen°.al Coif crafi b e P'jmhzL-iT:T, a' rmcmLmt is a ;be ab-,alvte &uutiun ut, the Pattic-.Vw ng .Agency amd bat nc--abet th L,c;bd C'4atrraeLing Appmev :iw N-PP C-pv shalL be her litahle _for nay •cnwt� or dmmaFes inrrrr-'ad '.Iy rs_ as a negi* 17-f :a aeacrw Of 6L: V L:bdLT or any Odsex Prrttimptt_ug pemey. Upw L-wauJ of c to-aer, 4Le V er for :Fhnll deal directly •r ith the Pnm cip zi=nR Agmcy Cc% en- Lug the p ac ►cr.►i of grL'tTS. db57L"l.L'x, �c�rorace. z-rd p=Yorc�L Thy rrsdL-mtii nrA ailirms L-rat r�'sbc is an m2cnt of C•;y 0 F'-34i Uth amd is: duly a•.rr_nt rized to sign -.Lis Parrk-i mg Agmcy hadbrsemebt trnd .Am`harEzetion. -M ?.; I *.L L%n Apri* Mr2 S Dale- JtY7 ITS: [aria' Prn+r,warrrar: Cri*r P�-�.=tiip2jhr-gAgmcy Comae lri:ecmmtm: arri:rs_ pt^rrm_ Jo Anr. +Minn Add -- 200 Tax= Slmml. Fort WPM. -j axes 76123 Tclephr-ma No., 9-2 3W6.14 2 Et aaL Ja.C--umQroTt%%ur.7lrnxas.gDv Exhibit C — Conflict of Interest Questionnaire CONFLICT OF INTEREST QUESTIONNAIRE For vendor daring business with local governnlrentsl entity rhis questtorrrrate r¢itccts chanws; made to ON teem gr H.B. 23. 64rh Lem Regular 59755toa Ths :jjraer_nm is biz fled r acccrdtnta Kth Cho» VL: = BWWrmF1 :;1M tW a vD^dR wire has a tusntz tnaltcrr-lp as ooCrod trr actor i7E001f1a' Wf'. ,r .001I'3rtannmi'd2l'M .lid me by Liw thts ou=crrr m rLEt Ca ti2dwrth t`e romJsadr-.nb lar cr tto iota gDygmT i:J ontty rot Lt'_et than Us Tth h=razz dA+ 71Dr 9tD'=t.`.dimii" DomcrP zwarD d :'a= Yut 1egL1re'hc'sWmrxi11C DO IML Ste Suc!iw T7r-0'.t-1j_ LOCI 3wV'rmt -:01:. A vordor oonrrrls an at¢so d ^Avarda +ur-wirgy vo= Sv-ton 17LOOL Loc2J Swurr_wt GOW. Ar 0flW!!A LSdo ttrS wc3c 1 is a rr1mUrgara_ J #iarrw oltrondorwr he has a busivas rdatianshipwith local govorrinwf talen4 FORM CIQ OFFI� L"SvE t=iPiLY cw rt.srr j J Chodrthis basifyou are hT- an updab io a pnviousllr ftiod gmstionnaira (Tho Eev rxLaaa thaeycw 6n an updated cmplolod gut�omairo with I appropriate irnp arihoriTy no' ate than tha nh busirwss dv a gar `� date on which y+cu beta: z aw-sv that the oripnally Rod qu=fionnarc+was'xlc mpidn or inaonjrato.l J Marna of local govertrtrent officer aboutwhomthe infcomto on isbeim dec Gmcf. %Ia -& 7 0--or 4J I xrDQeachempkryLiwrn or other business robtionshipw ith iFo local4overrirmnt off-mc o-a °arrik, rmrrlGr o'thr, officer, as do .csibnd bar ra• Dction 17S.0100 OW. Also &scribD art familw• Mali on ship with thc kcal gave tom- L ani ofticc r. ,: omtia,lov subpanoA and B foreachemrrlvyrnerd cebusiwwm1ationship descrt�rDcl Attach addtlici f tPjio th'r. Farm 4R] a rw c. wart. A. Is tho k-ca: acvom-lent officer or a iambi( nwmbar of 1ho rear rnccivi xa o ri.D.' to rGoairr. '=LJclo ixo-a. cthv than irrmirrratl: irconm, fr m fo -joinder? Yw E-1 % B. Is tho mrdor mcairng a Iwk io mccivo tatabio i m-m, o,-ror that iRmsmiarn! e- - mo. from or at the liiraction of the local pvrern-errt of5cor o- a farrifr mmbor Lf tofficarAND fitD w abia inco-me in wcl mc4vod h= thia. local pammmorial art"tr? E-1Yw ED% J DLo-scriiaeach ompWrrienlorbua'vrDsamlalionshipihatiharondorn=)cdinSDciion1nairdnitswithacorporaionor other busiwssartiry with respect to which tho local poLmorrrmerd officer wrtrel as at officer or di+ ---tor. or hold, an ownership interest of one percent or moth. J ❑ClaLtdt117B box LT11rDwndor has pivon the inEW paromma'rt ofiax_ or afartlikr member of the officer i854 g more �ft as deoctibrtd b Sa tfm 176.003fa1(2 S,), ©icirdinp Ohs donaibed in Somon i7s.om(a• 11. J 'e,IGr=io pt'1Dn'wr .'brig mmw-- win mo gavo•t —w srrl'r Fc4r uav'rad ty Tma EttrCS G01`rrnmg7 *-*w.v.-1-s s1aie.Lx.Us 32atsw ii`36"301_ M&C Review Page 1 of 2 0 Official site of the City of Fort Worth, Texas CITY COUNCIL AGEND FORTWORTH Create New From This M&C REFERENCE **M&C 25- 36P COOP NPP DATE: 5/13/2025 NO.: 0433 LOG NAME: TARGETSOL PS21095 LMS CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of a Cooperative Agreement with TargetSolutions Learning, LLC d/b/a Vector Solutions Using National Purchasing Partners Government Contract No. PS21095 for Learning Management System Software Implementation, Maintenance, and Support for an Annual Amount Up to $200,000.00 for the Initial Term and Authorize One One -Year Renewal Option for the Same Annual Amount for the Fire Department RECOMMENDATION: It is recommended that the City Council authorize execution of a cooperative agreement with TargetSolutions Learning, LLC d/b/a Vector Solutions using National Purchasing Partners Government Contract No. PS21095 for learning management system software implementation, maintenance, and support for an annual amount up to $200,000.00 for the initial term and authorize one one-year renewal option for the same annual amount for the Fire Department. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a cooperative agreement with TargetSolutions Learning, LLC d/b/a Vector Solutions for learning management system software implementation, maintenance, and support services in support of the transition of Emergency Medical Services (EMS) to the Fire Department. This learning management system will be used to provide and track continuing education and track individual progress for specialty and recruit education of Fire and EMS personnel. COOPERATIVE PURCHASE: State law provides that a local government purchasing an item under a cooperative purchasing agreement satisfies State laws requiring that the local government seek competitive bids for the purchase of items. National Purchasing Partners Government (NPPGov) Contracts have been competitively bid to increase and simplify the purchasing power of local government entities. League of Oregon Cities published Request for Proposal No. 2050, available through NPPGov for municipal safety equipment and supplies for government on October 14, 2020. Contract No. PS21000 was awarded to Target Solutions on March 5, 2021. FUNDING: Upon adoption of the Fiscal Year 2025 operating budget for Emergency Medical Services, funding will be available in the Emergency Medical Services Fund for the Fire Department. ADMINISTRATIVE CHANGE ORDERS - 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. TERM: The initial term of the agreement will begin upon execution and end on March 24, 2026. RENEWAL TERMS: The agreement may be renewed for one additional one-year term. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. BUSINESS EQUITY: A Business Equity goal is not assigned when purchasing from an approved purchasing cooperative or public entity. http://apps.cfwnet.org/council_packet/mc review.asp?ID=33295&councildate=5/13/2025 5/14/2025 M&C Review Page 2 of 2 This agreement will serve ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the recommendation and adoption of the Fiscal Year 2025 Budget for Emergency Medical Services by the City Council, funds will be available in the current operating budget, as appropriated, in the Emergency Medical Services Fund. Prior to an expenditure being incurred, the Fire Department has the responsibility to validate the availability of funds. TO Fund Department Account Project ID ID FROM Fund Department Account Project ID ID Submitted for Citv Manager's Office bv: Originatinci Department Head: Additional Information Contact: Program Activity Budget Reference # Amount Year (Chartfield 2) Program Activity Budget Year William Johnson () Jim Davis (6801) ATTACHMENTS Amendment 1 MPA 2050 Vector EXECUTED.odf (CFW Internal) Amendment 2 MPA 2050 Vector EXECUTED.Ddf (CFW Internal) Entitvinformation VECTOR SOLUTIONS, LMS.Ddf (CFW Internal) Form 1295 Certificate 101328142 (1).Ddf (CFW Internal) Fort Worth Fire Department (TX) Client Aareement 2 4 2025 (1).docx Implementation Scope Evaluations+(PS) e.pdf (CFW Internal) Implementation Scope TaraetSolutions e.Ddf (CFW Internal) LOC-Intergovernmental-Agreement.pdf (Public) MPA-2050-LOC-and-Vector-Solutions-EXECUTED.pdf Municipal-Safetv-Equipment-RFP-2050-Svnopsis.Ddf RFP 2050 Municipal Safetv Equipment LOC FINAL TaraetSolutionsSOS.pdf (CFW Internal) (CFW Internal) (CFW Internal) Reference # (Chartfield 2) (CFW Internal) Amount w Amendment 1 v2.pdf (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=33295&councildate=5/13/2025 5/14/2025