Loading...
HomeMy WebLinkAboutContract 63294-A1Docusign Envelope ID: DDAC6222-1284-4D4C-86D3-5756AA8A79A7 CSC No. 63294-Al FIRST AMENDMENT TO FORT WORTH CITY SECRETARY CONTRACT NO. 63294 This First Amendment to Fort Worth City Secretary Contract No. 63294 ("First Amendment") is made between the City of Fort Worth ("City"), a municipal corporation and ePlus Technology, Inc., a Virginia Corporation, ("Vendor"). City and Vendor are each individually referred to herein as a "party" and collectively referred to as the "parties." WHEREAS, City and Vendor entered into an Agreement identified as City Secretary Contract No. 63294, effective May 13, 2025 (the "Agreement"); and WHEREAS, it is the collective desire of both City and Vendor to amend the Agreement to include Exhibit A-1, the Statement of Work for the design and planning for the migration of Internet access circuit at the City Hall Data Center from Lumen to ATT as well as assist in implementing the Internet outbound traffic failover from the primary location at the City Hall Data Center to the backup location at the Eagle Mountain Data Center in the amount of $26,780.00; and WHEREAS, the total annual contract amount will remain at an amount not to exceed $2,000,000.00. NOW THEREFORE, known by all these present, City and Vendor, acting herein by and through their duly authorized representatives, agree to the following terms, which amend the Agreement as follows: I. AMENDMENTS 1. The Agreement is hereby amended to include Exhibit A-1, the Statement of Work for the design and planning for the migration of Internet access circuit at the City Hall Data Center from Lumen to ATT as well as assist in implementing the Internet outbound traffic failover from the primary location at the City Hall Data Center to the backup location at the Eagle Mountain Data Center in the amount of $26,780.00, attached in this First Amendment and incorporated herein for all purposes. 2. The total annual amount of the Agreement will remain at an amount not to exceed $2,000,000.00. II. MISCELLANEOUS All other terms, provisions, conditions, covenants and recitals of the Agreement not expressly amended herein shall remain in full force and effect. [Signature Page Follows] OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment to Fort Worth City Secretary Contract No. 63294 Page 1 of 2 Docusign Envelope ID: DDAC6222-1284-4D4C-86D3-5756AA8A79A7 Executed effective as of the date signed by the Assistant City Manager below. 1�1Cs] 4IL11"Ll) 71_11_ F City of Fort Worth By: Di09--� anna Giordano (Jul 2, 2025 19:33 CDT) Name: Dianna Giordano Title: Assistant City Manager Date: 07/02/2025 Approval Recommended: By: / Name: Kevin Gunn Title: Director, IT Solutions Department Attest: 9FaRr°� �o aa44d�o 4s�4 By: Name: Jannette S. Goodall Title: City Secretary VENDOR: ePlus Technology, Inc. By: FSigned by: v6v, Nl.(,(A�V" Name: Don aMW9JU-1ga 1.n Title: SVP contracts Date: 6/30/2025 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. I By: Robert Lee (Jul 1, 202510:43 CDT) Name: Bobby Lee Title: Sr. IT Solutions Manager Approved as to Form and Legality: K Kevin Anders, // on b,241f of Nve won Kim By. M. Kevin Anders, II on behalf of Hye Won Kim (Jul 2, 202513:23 cDT) Name: Hye Won Kim Title: Assistant City Attorney Contract Authorization: M&C: 25-0390 Approval Date: 05/13/2025 Form 1295: 2025-1298072 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX First Amendment to Fort Worth City Secretary Contract No. 63294 Page 2 of 2 8670 Statement of Work City of Fort Worth Internet Access Migration SOW# City of Fort Worth -Internet Access Migration-163768 6/12/2025 Ross Mcelroy 100 Fort Worth Trail, Fort Worth, TX 76102 817-392-2171 Ross. McElroy@fortworthtexas.gov k ,5{4 +•Llr •••` ��+ ��ii `i �+' F•F�'*+i,� 1 • is ~'` •Y' # •� i {S �� • �i ��� i •• �•'• F#}• � + • + � i i # � ■ ` * 1 � a � + • `� �� +} +�+�++++��+�;'�`}y •+`i*r •��f. i++tom• � +i }i+f +t +�•+ •��y+ + • + _ • 4 r ■ ■ + • t . ■ +a 'a * •* +■ *5 +a F`}* •*+ + + y+ +�i }; }+ ti. r+++■ir+ Docusign Envelope ID: 231790D9-B09D-45E8-AFEB-8C639C898B70 e+ STATEMENT OF WORK City of Fort Worth This Agreement and Statement of Work (this "Agreement" or "SOW") is made June 12t", 2025 ("Effective Date") by and between City of Fort Worth ("Customer") and ePlus Technology, inc. ("ePlus") (each of ePlus and Customer a "Party" and together the "Parties"). This SOW is governed by the TIPS Contract TIPS 230105 for the provision of professional or consulting services by ePlus to Customer (the "Agreement"). 1.1 EXECUTIVE SUMMARY OF THE SERVICES Customer has engaged ePlus to assist with the migration of their Internet access circuit at the City Hall Data Center from Lumen to ATT. ePlus will provide design and planning for the migration as well as assist in implementing the Internet outbound traffic failover from the primary location at the City Hall Data Center to the backup location at the Eagle Mountain Data Center. 1.2 DEFINITIONS Deliverable: A measurable indication of progress within a given phase, documentation in hard copy or electronic form such as analyses, reports, manuals, test results, or any other items as set forth in section 2.2. Milestone: A specific goal, objective, or event pertaining to services described in this SOW. Normal Business Hours: The hours of Monday through Friday 8:00 a.m. to 5:00 p.m. local time, excluding any federal and ePlus observed holidays. A list of ePlus observed holidays will be provided upon request. Products: Third -party hardware and/or software products are sold separately and are not deliverables. 2.1 SERVICES The Services that ePlus and/or its subcontractor shall provide will include: Existing equipment in scope for implementation: • One (1) Nexus switch • Up to two (2) Palo Alto firewalls Phase 1- Planning and Design ePlus will conduct a kick-off meeting: • Introduce the project team and review roles and responsibilities for Customer and ePlus • Review project objectives and scope of work • Review task list and which tasks will be delivered on -site vs. remote • Review ePlus' project management methodology and technical approach • Review project deliverables and key milestones • Review the project schedule and overall timelines • Review the criteria for project acceptance • Review change management procedures and change windows • Create the project communications plan including schedule and frequency of project status meetings Docusign Envelope ID: 231790D9-B09D-45E8-AFEB-8C639C898B70 e+ STATEMENT OF WORK City of Fort Worth Planning and Design will include information gathering, design session(s), technical architecture discussion(s), and the creation of documentation deliverables that will support future phases. This phase will include the following activities: • Review of existing Internet configurations o Nexus switch and Palo Alto firewalls o Layer 1, Layer 2, and Layer 3 o BGP peering, filtering, and advertisements • Review ATT requirements and provisioning o Assist with coordination of COFW capabilities, requirements, and timelines • Review internal routing for Internet access (outbound) • Develop implementation plan with timelines • Create Acceptance Test Plan (ATP) • Create Visio diagram for ATT Internet access o Layer 1 through Layer 3 • Conduct Review Meeting o Review design, migration plan, and ATP Phase 2 - Migration During this phase, Customer's Internet access at City Hall Data Center will be migrated from Lumens to ATT. • Customer to make physical connection between ATT and Nexus switch • Customer to make physical connections between Nexus switches and Palo Alto firewalls as required (per design phase) • Establish Internet communications o IP addressing, VLAN configurations, and basic connectivity testing • On -site at City Hall Data Center (after hours change window) o Establish BGP peering ■ Configure up to two (2) BGP peers with ATT devices ■ Validate and verify BGP incoming routes (default route only) ■ No outbound traffic passing during this process o Establish BGP advertisements ■ Configure COFW Internet addresses for ATT BGP peering ■ Validate routes are communicated o Migrate inbound/outbound traffic to ATT circuit ■ Update routing as required ■ Validate inbound traffic flows over ATT circuit ■ Validate outbound traffic flows over ATT circuit ■ Remove Lumens routes and establish full Internet access through ATT o Testing will be performed per established ATP o Provide up to eight (8) hours of on -site support the next day after migration • Configure Internet outbound failover routing from City Hall to Eagle Mountain(after hours change window) o Establish default route priority between firewalls and internal network o Assist with internal routing, as needed ■ Up to four (4) hours Docusign Envelope ID: 231790D9-B09D-45E8-AFEB-8C639C898B70 e+ STATEMENT OF WORK City of Fort Worth Phase 3 - Documentation and Closeout • Update design documents per final implementation (as needed) • Conduct closeout and documentation review meeting Project Management Standard Project Management is utilized when the management requirements for a project of mid to high complexity. The expectation is that the Project Manager will be working on tasks which may include meeting planning, resource scheduling, equipment confirmation, and issue tracking, within a project workbook. The Project Manager will also be responsible for project closeout and satisfaction surveys. 2.2 DELIVERABLES ePlus will provide Services only, and no Deliverables will be provided except as follows: • Acceptance Test Plan (PDF) • Design diagram for Layer 1, Layer 2, and Layer 3 between ATT network and the in -scope Customer equipment (Visio format) 2.3 PLACE OF PERFORMANCE Unless otherwise specified elsewhere in this SOW, all on -site Services will be performed at Customer's facilities located at the following location(s) ("Customer Site"): • City Hall Data Center: 200 Texas Street, Fort Worth TX 76102 3.1 GENERAL RESPONSIBILITIES During the course of this project, ePlus will require the support of Customer staff and computing resources. If the required Customer resources cannot be made available, the scope of the Services, estimated schedule (see section 5.1), or both may be affected. Customer agrees to provide the following: • A work area suitable for the tasks to be performed and any required software or documentation. • If Customer directly procures any hardware or software required for this project, Customer agrees to provide the hardware, software, and any accompanying support documentation or instructions. • Ensure sufficient rack space, power, electric, cooling, etc. for new hardware is in place prior to implementation o Note: The Customer is responsible for moving existing equipment within a rack to make sufficient space for new hardware. ePlus resources are not responsible for moving existing equipment during the physical installation of new hardware. • Customer is responsible for the removal and disposal of hardware being replaced as part of this project. • Provide location for disposal of packing materials. ePlus will dispose of debris (cardboard, plastic, wood skids, Styrofoam, and other miscellaneous packing materials) in customer -supplied dumpster • Customer will provide patch cables related to project unless otherwise specified in this SOW. • A secure storage location for all equipment delivered to the Customer Site until the scheduled ePlus installation date, if applicable. • Contact personnel to escort the ePlus resource(s) through the Customer Site. • Access to the Customer Site during the work hours required for this project. • Current network topology • Electrical power outlets to support requirements of the installed network equipment Docusign Envelope ID: 231790D9-B09D-45E8-AFEB-8C639C898B70 e+ STATEMENT OF WORK City of Fort Worth • Provide a single technical point of contact, who is familiar with the IT environment and requirements, to work with ePlus engineering resource(s) throughout the project and act as a liaison between the Customer's staff. • Provide requested network diagrams/information to ePlus within two (2) days of the initial request. • Customer represents and warrants that it has all right, title, and interest in and to any data furnished in connection with the Services and/or that it has obtained all necessary consents, permissions, and releases necessary for ePlus to perform its obligations under this SOW. Customer shall indemnify, defend, and hold ePlus harmless from any claims or liabilities arising out of Customer's breach of the foregoing. 3.2 PROJECT SPECIFIC CUSTOMER RESPONSIBILITIES • Physical connections between ATT equipment and Customer switch • Physical connections between Customer switches and firewalls 3.3 SYSTEM RESPONSIBILITIES • Customer is responsible for providing all software and associated licenses. • Unless otherwise agreed by the Parties, Customer shall respond within two (2) business days of ePlus' request for documentation or information needed for the project. • Customer shall ensure that contracts with its own vendors and third parties are fully executed and enable Customer's business requirements to be met in full. Customer shall be responsible for all payments to, and the performance of, all non-ePlus entities assigned to, or working on this project. • ePlus will not be responsible for data loss. Backups should be performed prior to work starting. All data is the responsibility of the Customer. • Should a manufacturer provide Customer with specialized or custom software unique to Customer, ePlus will not be responsible for any delays or failures to perform related to use of such software. • ePlus shall not be responsible for support and maintenance of products. • Unless otherwise specified in this SOW, ePlus shall not be responsible for any customization of, or labor to install software (except operating systems or firmware pre -installed by the manufacturer). • Services do not include resolution of software or hardware problems resulting from third party equipment or services or problems beyond ePlus' control. • Services exclude any hardware upgrade required to run new or updated software. 4.1 GENERAL ASSUMPTIONS The following assumptions were made to create this SOW. Should any of these assumptions prove to be incorrect or incomplete then ePlus may modify the price, scope of work, or Milestones pursuant to the Change Management Procedure set forth herein. ePlus assumes: • Where applicable, Customer's Site shall be ready prior to the date scheduled for ePlus to perform the Services. Costs associated with Customer's inability to (1) make the Customer Site ready or (2) meet any of the other responsibilities specified in this SOW shall be billed at ePlus' then -current time and materials rates plus travel and other related expenses. Any additional costs incurred by Customer as a result of delays shall be the sole responsibility of the Customer. • This SOW defines exclusively the scope of the Services. This SOW shall not apply to any purchase, support or maintenance of products, which are purchased separately. Docusign Envelope ID: 231790D9-B09D-45E8-AFEB-8C639C898B70 e+ STATEMENT OF WORK City of Fort Worth • In the event ePlus is required to provide third party materials under this SOW (i.e. cables, racks, etc.), Customer shall be responsible for any costs, maintenance, and/or warranty obligations therein. • Acceptance tests conducted in respect of the Services shall apply only to such Services and shall not constitute acceptance or rejection of any Product purchased or licensed separately by Customer. • The schedule shall be extended up to thirty (30) days for any personnel change requests made by Customer. • Customer acknowledges that at any time during the project, if progress is stalled, by no fault of ePlus, for more than twenty (20) contiguous business days, ePlus reserves the right to issue a Milestone Completion Certificate for work that has been completed. • If Services include any assessments of Customer's network, systems, or security protocols, Customer understands that no guaranty is made by ePlus or its subcontractors that such assessments will detect all security weaknesses, potential security problems, vulnerabilities, or potential breaches. ePlus does not guarantee that recommendations or actions undertaken pursuant to this SOW will completely address all issues identified or not identified. o If an ePlus Subcontractor is used to perform the security assessment/audit services, the data will be shared with ePlus for gap analysis and recommendation purposes. • If Services include the implementation of any system dealing with Emergency 911 (E911) Services, including but not limited to phone systems, the Customer is responsible for ensuring its 911 dialing is compliant with all applicable laws, including but not limited to "Kari's Law" and the "Ray Baum Act". ePlus encourages customers to consult with their counsel regarding this matter. • Documents are created using ePlus templates (structure and format) and delivered to Customer in softcopy only. Customization to deliverable documents (structure, format, and/or other non-standard content) must be handled via a Change Request (CR) unless explicitly stated in this SOW. • ePlus Deliverable Documents include up to two (2) revisions, per document, based on Customer feedback. Subsequent revisions will require a CR or separate SOW. 4.2 PROJECT SPECIFIC ASSUMPTIONS • Internal routing protocols are configured on all devices between City Hall Data Center and Eagle Mountain Data Center 5.1 ESTIMATED TIMELINE The estimated timeline for the Services will begin within thirty (30) days after execution of this SOW and continue for not more than twelve (12) months. If Services have not been scheduled at the execution of this SOW, a timeline should be developed mutually by the Parties and agreed to before each phase of the Services begins. The actual start date will depend on the following considerations: • Scheduled availability of a qualified systems engineer • Receipt of Product and any necessary equipment • Receipt of signed SOW from Customer prior to proposed start date • Receipt of purchase order from Customer 5.2 TERMINATION Either Party may terminate the SOW for any reason on thirty (30) days prior written notice to the other Party. Upon any such termination, ePlus will be paid all fees and expenses which have been incurred or earned in Docusign Envelope ID: 231790D9-B09D-45E8-AFEB-8C639C898B70 e+ STATEMENT OF WORK City of Fort Worth connection with the performance of the Services through the effective date of such termination. Additionally, in the event Customer cancels any Services with less than two (2) weeks prior notice, Customer shall reimburse ePlus for any non-refundable expenses incurred in preparation for such cancelled Services. For the Services performed under this SOW, Customer agrees to pay ePlus a fee of $26,780.00 (the "Fee"), plus any applicable taxes, as specified. Milestones are as follows: Milestone 1 SOW Acceptance and Signature $13,390.00 Milestone 2 Project Completion $13,390.00 The Pricing in this SOW is valid for sixty (60) days from delivery to the Customer. Fees include reasonable travel to and from the required location up to a maximum of fifty (50) miles and incidental expenses. Customer shall issue a purchase order adequate to cover the Fee prior to commencement of Services. Fees for additional services related to but not defined in this SOW will be on a time and materials basis at a rate set forth in a written amendment or Change Request. Unless otherwise stated, all tasks under this SOW will be completed during Normal Business Hours. Payment is due pursuant to the agreed -upon terms in the Agreement. Customer acknowledges that ePlus may participate in and retain the benefit of incentive plans or other programs with, among others, its travel providers wherein ePlus may receive benefits, such as frequent flier miles or other consideration for corporate travel volume. Fees, expenses, and other charges for the Services do not include sales, use, excise, value added, or other applicable taxes, tariffs, or duties. Payment that may be due on such amounts, and shall be the sole responsibility of Customer (excluding any applicable taxes based on ePlus' net income or taxes arising from the employment or independent contractor relationship between ePlus and its personnel). Upon ePlus' completion of a Milestone or Service performed, ePlus shall notify Customer by providing one of the following forms of acceptance: • Signed work order or time sheet; or • Milestone/Service Completion Certificate ("MCC"); or • Project completion document Customer has five (5) working days from the completion of the Services or Milestone, as applicable, to accept the work performed as being complete. Signing of the MCC, approving the time sheet, or Customer's failure to respond to the approval request within the designated five (5) working day period, signifies Customer's acceptance of the Milestone or time sheet and that Services have been performed in accordance with the SOW. In order to refuse acceptance of the Services, Customer must provide ePlus with full details that show that Services do not conform to the SOW. ePlus shall address such non-conformance in a timely manner and shall compile an action plan to correct any deficiencies. The acceptance process shall be repeated until all deficiencies have been resolved Docusign Envelope ID: 231790D9-B09D-45E8-AFEB-8C639C898B70 e+ STATEMENT OF WORK City of Fort Worth and the Services meet the requirements of the SOW. Acceptance may not be withheld due to defects in Services that do not represent a material non-conformance with the requirements of the SOW. Any change to the scope of Services or the obligations of the Parties under this SOW shall be set forth in a mutually agreed change request signed by both Parties ("Change Request"). The Change Request may be drafted by either Party and will describe the nature of the change, the reason for the change, and the effect of the change on the scope of work, Deliverables and/or the schedule. The Parties will negotiate in good faith the changes to the Services and the additional charges, if any, required to implement the Change Request. This SOW # City of Fort Worth -Internet Access Migration-163768 is acceptable. Please sign and return to Misty Muniga at misty.muniga@eplus.com. IN WITNESS WHEREOF, the duly authorized representatives of the Parties hereto have caused this SOW to be executed. 5/8/25, 2:50 PM M&C Review Official site of the City of Fort Worth, Texas ACITY COUNCIL AGEND FORWoRTH Create New From This M&C REFERENCE **M&C 25- 04FY2025 IT DATE: 5/13/2025 NO.: 0390 LOG NAME: INFRASTRUCTURE MULTI COOP CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of Non -Exclusive Cooperative Purchase Agreements for Information Technology Infrastructure Using the Interlocal Purchasing System for a Combined Annual Amount Up to $3,200,000.00 for Identified Vendors and Authorize Renewal Options; Authorize Execution of Non -Exclusive Cooperative Purchase Agreements for Information Technology Infrastructure Using Multiple Texas Department of Information Resources Cooperative Contracts for a Combined Annual Amount Up to $5,300,000.00 for Identified Vendors and Authorize Renewal Options for the Information Technology Solutions Department RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of non-exclusive Cooperative Purchase Agreements for the City's information technology infrastructure using The Interlocal Purchasing System Cooperative Contract No. TIPS 230105 with ePlus Technology, Inc., Netsync Network Solutions, Inc., and World Wide Technology, LLC, for a combined annual amount up to $3,200,000.00 and authorize four one-year renewal options in the same annual amount; 2. Authorize the execution of non-exclusive Cooperative Purchase Agreements for the City's information technology infrastructure using Texas Department of Information Resources Cooperative Contract No. DIR-CPO-5347 with Netsync Network Solutions, Inc., Presidio Networked Solutions Group, LLC, and World Wide Technology, LLC for a combined annual amount up to $4,200,000.00 and authorize four one-year renewal options in the same annual amount; and 3. Authorize the execution of non-exclusive Cooperative Purchase Agreements for the City's information technology infrastructure using Texas Department of Information Resources Cooperative Contract No. DIR-TSO-4288 and its successor contract with ePlus Technology, Inc., Netsync Network Solutions, Inc., Presidio Networked Solutions Group, LLC, and World Wide Technology, LLC for a combined annual amount up to $1,100,000.00 and authorize four one-year renewal options in the same annual amount. DISCUSSION: The Information Technology Solutions Department (IT Solutions) has historically utilized non-exclusive cooperative purchasing agreements to support the City's information technology (IT) infrastructure. IT infrastructure includes equipment, software, and services that support the City's servers, data storage, virtual desktop environment, network and telephone systems. Additionally, these agreements support necessary refresh of equipment that has reached the end of Iifecycle and new projects for all City departments. On September 15, 2020, City Council approved Mayor & Council Communication (M&C) 20-0650 authorizing the execution of twenty-five (25) non-exclusive cooperative purchase agreements to support continued purchasing of IT infrastructure and support projects such as safety and security, new building projects, building upgrades, building renovations and building expansion. Approval of M&C 20-0650 eliminated prior spending authority authorized under M&C's P-12248, 19-0123 and 19-0270. On September 28, 2021, City Council approved M&C 21-0753 authorizing the execution of fifteen (15) non- exclusive cooperative purchase agreements to support continued purchasing of IT infrastructure and apps.cfwnet.org/council_packet/mc_review.asp? I D=33253&cou ncildate=5/13/2025 1 /3 5/8/25, 2:50 PM M&C Review upgrades necessary for New City Hall and renovations to the Fort Worth Convention Center. Approval of this M&C eliminated prior spending authority authorized under M&C 20-0650. On February 14, 2023, City Council approved M&C 23-0061 authorizing the execution of seventeen (17) non-exclusive cooperative purchase agreements to request additional spending authority necessary to support continued purchasing of IT infrastructure to support larger projects, Infrastructure refresh, New City Hall, planned American Rescue Plan Act spending, and ongoing City growth. Approval of this M&C eliminated prior spending authority authorized under M&C 21-0753. Upon Mayor and Council approval of this M&C, the IT Solutions Department will utilize these agreements to purchase IT infrastructure needed to support the City's day-to-day business activities. The IT infrastructure contracts also support planned ITS Capital Projects, including the Fiscal Year (FY) 25 Network Refresh project (City Project No. 106018) which is budgeted for $3,600,000.00 and is scheduled to be purchased in the third quarter of FY25. Over the last four (4) fiscal years, funding from ITS Capital Projects has used a significant amount of previously approved contract authority. Fiscal Year 12021 12022 12023 12024 12025 (Q1 ITS Capital Project Contract Spend $725,411.63 $1,646,482.04 $2,059,176.76 $4,675,873.51 & Q2) $1,497,988.06 Total Contract Spend $2,565,368.37 $4,100,900.38 $6,800,823.52 $6,612,064.62 $5,798,008.59 Upon approval, non-exclusive cooperative purchase agreements will be executed utilizing the following cooperative contracts: Cooperative Agency Cooperative Reference Expiration Date Annual Amount IThe Interlocal Purchasing System TIPS 230105 5/31/2028 $3,200,000.00 Texas Department of Information Resources DIR-TSO-4288 5/22/2025 $1,100,000.00 Texas Department of Information Resources DIR-CPO-5347 1/7/2030 $4,200,000.00 The maximum combined annual amount allowed under the TIPS 230105 Cooperative Agreements with ePlus, Netsync, and WWT will be $3,200,000.00; however, the actual amount used will be based on needs of the department and available funding. The maximum combined annual amount allowed under the DIR-CPO-5347 Cooperative Agreements with Netsync, Presidio, and WWT will be $4,200,000.00; however, the actual amount used will be based on needs of the department and available funding. The maximum combined annual amount allowed under the DIR-TSO-4288 Cooperative Agreements with ePlus, Netsync, Presidio, and WWT will be $1,100,000.00; however, the actual amount used will be based on needs of the department and available funding. Funding is available for the agreements within the Info Technology Systems Fund in the amount of $3,500,000.00 and the remaining funding will be available upon adoption of the FY26 Operating budget. Other departments will provide separate funding when making a request for the purchase of IT Infrastructure. A funds availability verification will be performed by the participating department prior to the request. Approval of this M&C will not eliminate prior spending approval authorized under M&C 23-0061. COOPERATIVE PURCHASE: State law provides that a local government purchasing an item under a cooperative purchase agreement satisfies State laws requiring that the local government seek competitive bids for purchase of the item. Cooperative contracts have been competitively bid to increase and simplify the purchasing power of local government entities across the State of Texas. SUCCESSOR CONTRACTS: The City will initially use these cooperative agreements to make purchases authorized by this M&C. In the event a cooperative agreement is not renewed, staff would cease purchasing at the end of the last purchase agreement coinciding with a valid cooperative contract. If the City Council were to not appropriate funds for a future year, staff would stop making purchases when the last appropriation expires, regardless of whether the then -current purchase agreement has expired. apps.cfwnet.org/council_packet/mc_review.asp?ID=33253&councildate=5/13/2025 2/3 5/8/25, 2:50 PM M&C Review If the cooperative agreements are extended, this M&C authorized the City to purchase similar products under the extended contract. In the event a cooperative agreement is not extended, but vendor and cooperative purchasing agency execute new cooperative agreement(s) with substantially similar terms, this M&C authorizes the City to purchase the products under the new contract(s). If this occurs, in no event will the City continue to purchase goods and services under the new agreements past 2030 without seeking Council approval. BUSINESS EQUITY: A 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. AGREEMENT TERM: Upon City Council's approval, these agreements will be executed upon signature by the Assistant City Manager and expire in accordance with the underlying cooperative agreements. RENEWAL TERMS: The agreements may be renewed for four (4) one-year renewal terms, at the City's option. 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 period. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds were and will be available in the current operating budget, as previously appropriated, in the Info Technology Systems Fund, and upon adoption of the Fiscal Year 2026 Budget by the City Council funds will be available in the Fiscal Year 2026 Operating Budget, as appropriated in the Info Technology Systems Fund and the General Fund. Prior to an expenditure being incurred, the Information Technology Solutions Department has the responsibility to validate the availability of funds. TO Fund Department I Account Project ID ID FROM Fund Department Account Project ID ID Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Program Activity Budget Reference # Amount Year (Chartfield 2) Program Activity Budget Reference # , Year (Chartfield 2) Dianna Giordano (7783) Kevin Gunn (2015) Sallie Trotter (8442) ePlus Form 1295 Certificate 2025-1298072.pdf (CFW Internal) FID Table - FY2025 IT Infrastructure.xlsx (CFW Internal) Fund Availabilitv for FY2025 IT Infrastructure.pdf (CFW Internal) Netsvnc Form 1295 Certificate 2025-1297756.pdf (CFW Internal) Presidio Form 1295 Certificate 2025-1297055.pdf (CFW Internal) World Wide Form 1295 Certificate 2025-1297078.pdf (CFW Internal) Amount apps.cfwnet.org/council_packet/mc_review.asp?ID=33253&councildate=5/13/2025 3/3