Loading...
HomeMy WebLinkAboutContract 63294-A2Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB CSC No. 63294-A2 SECOND AMENDMENT TO FORT WORTH CITY SECRETARY CONTRACT NO. 63294 This Second Amendment to Fort Worth City Secretary Contract No. 63294 ("Second 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, pursuant to Mayor and Council Communication (M&C) 25-0390, City and Vendor entered into an Agreement identified as City Secretary Contract No. 63294, effective May 19, 2025 (the "Agreement"); WHEREAS, on July 2, 2025, the Parties entered into the First Amendment to the Agreement ("First Amendment") to amend the Statement of Work; and WHEREAS, it is the collective desire of both City and Vendor to amend the Agreement to include Exhibit A-2, the Statement of Work for the deployment of network switches and wireless access points at up to 157 locations across the City in the amount of $509,900.00; WHEREAS, the Parties ract total not -to -exceed amount; and WHEREAS, the Parties also wish to amend the Agreement to include Exhibit C, the Network Access Agreement. 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-2, the Statement of Work for the deployment of network switches and wireless access points at up to 157 locations across the City in the amount of $509,900.00, attached in this Second Amendment and incorporated herein for all purposes. 2. Section 1, Number 2 of the First Amendment is hereby deleted and to be read as follows: The total annual amount of the Agreement will remain at an amount not to exceed $3,200,000.00. OFFICIAL RECORD CITY SECRETARY Second Amendment to Fort Worth City Secretary Contract No. 63294 FT. WORTH, TX Paget of 5 Docusign Envelope ID: 2AA4F672-OAFC-4E31-B077-D135442460AB 3. The Agreement is also hereby amended to include Exhibit C, the Network Access Agreement, attached in this Second Amendment and incorporated herein for all purposes. II. MISCELLANEOUS All other terms, provisions, conditions, covenants and recitals of the Agreement not expressly amended herein shall remain in full force and effect. III. ALL OTHER TERMS SHALL REMAIN THE SAME All other terms, provisions, conditions, covenants and recitals of said Agreement not expressly amended herein shall remain in full force and effect. IV. ELECTRONIC SIGNATURE This Amendment may be executed in multiple counterparts, each of which shall be original, and all of which shall constitute one and the same instrument. A facsimile copy or computer image, such as a PDF or tiff image, or a signature, shall be treated as and shall have the same effect as an original. [Signature Page Follows] Second Amendment to Fort Worth City Secretary Contract No. 63294 Page 2 of 5 Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB Executed effective as of the date signed by the Assistant City Manager below. FORT WORTH: City of Fort Worth Bv: Di a ll iG ordano (Aue4.202516:52:15 CDT) Name: Dianna Giordano Title: Assistant City Manager Date: 08/04/2025 Approval Recommended: By: Name: Kevin Gunn Title: Director, IT Solutions Department Attest: By: Name: Jannette S. Goodall Title: City Secretary VENDOR: ePlus Technology, Inc. BJ • Name: Siog�Qne�'dDvby",X:`''�'"A''^�`'(- � rG F F+�aF.anF Ke�sey� �enig Title: \/P (nntrantc 7/29/2025 Date: n goer°°n AoF°°°n �r°c p� o 1Z PV= 0 adIlnn'�oosa" 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: Rober 9,202516:54:07 CDT) Name: Bobby Lee Title: Sr. IT Solutions Manager Approved as to Form and Legality: By: -. �X- Name: M. Kevin Anders, II 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 Second Amendment to Fort Worth City Secretary Contract No. 63294 Page 3 of 5 Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB Exhibit A-2 Statement of Work (Attached) Second Amendment to Fort Worth City Secretary Contract No. 63294 Page 4 of 5 30AB Statement of Work City of Fort Worth Network Refresh Install Phase 3 SOW# City of Fort Worth -Network Refresh Install Phase 3-161801 7/8/2025 Dominic Casagrande 100 Fort Worth Trail Fort Worth, TX 76102 817-392-8919 Dominic.Casagrande@Fortworthtex as.gov .01 Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth This Agreement and Statement of Work ("SOW") is made July 8th, 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 230105 Contract 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 deploy network switches and wireless access points at up to 157 locations across the city. ePlus will provide staging and deployment using Customer -provided configuration, design, and test plan for new network hardware. All removed equipment will be scrubbed and recycled at the end of deployment. 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: New Equipment in Scope for Deployment • Up to three hundred ninety-five (395) Cisco Catalyst switches • Up to four hundred thirty-four (434) Aruba access points 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 o 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 Note: Customer plans to replace existing network equipment per the current design. No design work will be provided as part of this engagement. Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth Phase 2: Equipment Staging ePlus will provide hardware staging services at Customer's central location to prepare the designated hardware included in this project for site deployment. • Switches o Stage up to three hundred ninety-five (395) Cisco Catalyst switches ■ Unbox and tag equipment with Customer provided asset tags ■ Upgrade software to Customer specified version ■ Overnight burn -in • RMA, if required ■ Device configuration per Customer provided configuration files ■ Box and label for deployment • Access Points o Stage up to four hundred thirty-four (434) Aruba access points ■ Tag equipment with Customer -provided asset tags ■ Label boxes for deployment ■ Pre -configure access points in wireless controller Phase 3: Installation On the scheduled day of deployment, ePlus will pick up equipment for the scheduled sites from Customer's central location. Some locations will require installation after Normal Business Hours and will be scheduled through the Project Manager. No installations will be scheduled during the following days: November 24, 2025, through November 28, 2025; December 22, 2025, through January 2, 2026. The following steps will be completed for the deployment of network equipment: • Take photos of network equipment prior to removal of the existing equipment • Up to Three hundred ninety-five (395) Cisco Catalyst switches o Pull current configurations and compare to the staged configuration o Remove existing equipment from rack o Rack, stack, power, and cable switches in same rack location o Cables will be reused unless damaged ■ Customer will provide replacement cables as needed o Route cabling for neatness and easy access ■ ePlus will cleanup cabling as much as possible without impacting timelines and schedules o Update configurations as needed • Up to Four hundred thirty-four (434) Aruba access points o Remove existing equipment from mounting and cable o Cable and mount new equipment o Access points will be mounted in the original location o Installation engineers will carry a ladder capable of fourteen (14) feet working height ■ ePlus will install access points at higher elevations where Customer provided and operated equipment is available ■ Customer will be responsible for installation of access points when these requirements are not met • Perform Customer provided test plan • Take photos of completed installation Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth • All boxes and waste materials will be disposed of at site where possible. o If boxes and waste materials can't be disposed onsite ePlus will bring to a location where it can be discarded o Old equipment will be placed in Customer designated location at their main site. Address will be provided by Customer during project kickoff • Provide up to two (2) hours of remote support after the installation o Same day for locations when work is completed during business hours o Next day for locations when work is completed outside of business hours Phase 4: Recycling Eauipment Removal ePlus will collect the equipment in scope, from the warehouse dock which includes: • Up to three hundred ninety-five (395) switches • Up to four hundred thirty-four (434) access points • Plus, miscellaneous IT equipment - as space allows, no more than the one truck provided Logistics • Vehicle for transportation of equipment to destination site will arrive at origin site and equipment will be loaded for transit. • Dedicated vehicles for transportation of equipment to destination site will arrive at origin sites and equipment will be loaded for transit. • ePlus will wipe the switch configurations at Customer's location prior to transportation. o Customer will provide console access to switches: username, password and enabled console access. o Terminal captures will be provided to show device wipe. The trailer will be sealed with a separate numbered security tag and hold chain -of -custody from the origin site to the processing facility. Trucks will be tracked in transit via GPS tracking though MacroPoint proving anytime real- time updates. Offsite Audit & Processing of Equipment Upon equipment arrival at the processing facility, photograph proof will be sent of the sealed bin security tag. Technicians will verify the security tag number, cut the seal, audit, and verify hard drive capturing serial number(s) and secure them until data destruction occurs. Equipment will be received at the processing facility and audit the parent devices capturing make, model, and serial numbers. Downstream Recycling & Certifications • Equipment will be recycled and shred all obsolete equipment (including hard drives). • Provide a portfolio inclusive of audits, data destruction (erasure and/or shred) and recycling certificates within twenty-five (25) business days of Equipment delivery to the processing facility. Phase 5: Documentation and Closeout • Provide pre -installation and post -installation of photos of completed installations • Conduct closeout meeting Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth 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: • Installation photos in JPG format • Certificate of recycling • Terminal captures showing configuration wipe from switch 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"): • See Appendix A 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. • 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 • 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. Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth • 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 • Provide staging area with necessary tables, power strips, and Internet access for the staging process. • Provide required patch cables • Provide site access • Provide configuration files and test plan • Provide console access to switches: username, password, and enable console access. • Provide onsite contact forty-eight (48) hours prior to equipment pickup, local time. • Provide the exact location for pickup to be performed five (5) business days prior to schedule date. • Provide facilities details, requirements, and necessary access. 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. Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth • 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. • 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 • Rescheduling and redeployment of ePlus technicians due to unacceptable site preparation may cause scheduling delays of ten (10) or more business days. • Equipment pickup will be scheduled during Normal Business Hours Customer local time. • Truck will be 26-foot trailers with lift gates. • Floor protection is not required. • The following is not included in this SOW: o All conduit, high voltage, wiring panels, breakers, relays, boxes, receptacles, and wire pathways o Concrete saw cutting and/or core drilling o Fire wall, ceiling, roof, and floor penetration o Necessary gypsum board replacement and/or repair o Necessary ceiling tile or T-bar modifications, replacements, and/or repair o Any millwork (moldings, trim, and cutouts) j o Patching and painting o Permits (unless specifically provided for and identified within the contract) o Off -site trash disposal unless Customer specifically requests and pays all associated fees Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth 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 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 $509,900.00 (the "Fee"), plus any applicable taxes, as specified. Milestones are as follows: Milestone 1 SOW Acceptance and Signature $170,000.00 Milestone 2 50% of the Switches and Access Points Replaced $169,950.00 Milestone 3 Project Completion $169,950.00 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. All tasks under this SOW will be completed during Normal Business Hours, unless otherwise specified. 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). Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth 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 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 -Network Refresh Install Phase 3-161801 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. Assistant City Manager Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth City Location Address Aviation, Meacham Terminal 4201 N. Main St. Meacham Hangar 504 NW 35th FD, Fire Station 25 3801 N. Main St. PD, Heliport 310 Gulfstream Rd. FD, Fire Station 44 4017 Falcon Way PD, Northwest Division Patrol 4652 N. Main St. FD, Fire Station 09 2575 Polaris Dr. PARD, Diamond Hill-Jarvic CC 1701 NE 36th St. FD, SCBA 400 Grand Ave FD, Fire Station 12 102 NW 22nd St. PARD, Marine Park Pool 303 NW 20th St. PD, Northwest Division CIU/Admin 2500 N. Houston PARD Northside Community Center 1100 NW 18th St. PARD, North District Sevice Center 1700 Brennan PD, Auto Pound 2500 Brennan FD, Fire Station 19 2605 Carnation Ave PARD, Andrew 'Doc' Session CC 201 Sylvania Ave PARD, Riverside CC 3700 E. Belknap St. Water, Eagle Mountain Water Treatment 6809 Bowman Roberts Rd. FD, Fire Station 40 8510 Spring St. PARD, North Tri-Ethnic CC 2950 Rosevelt Ave. FD, Fire Station 15 3100 Azle Ave Water, Lake Worth Management Office 7601 Cahoba Dr. FD, Fire Station 13 5333 Lea Crest Ln. Municipal Court, Lake Patrol Marshals 7500 Surfside Dr. ESD North Service Center 301 Hillshire Dr. ITS, Roanoke Tower 2521 Texas 114 FD, Fire Station 35 2250 Alliance Blvd. FD, Fire Station 11 1900 Texan FD, Fire Station 41 11400 Willow Springs Rd. FD, Fire Station 34 14101 Sendera Ranch Blvd ITS, North Beach Tower 4705 Ray White Rd. FD, Fire Station 38 13280 Park Vista Blvd FD, Fire Station 37 4721 Ray White Rd. PD, North Division Patrol 8755 N. Riverside Dr. Code, Heritage Trace PetSmart 2901 Texas Sage Trail Fire Station 45 1901 Quail Grove Dr FD, Fire Station 31 4209 Lonqstraw Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth PARD, Nature Center PARD, Nature Center Refuge PARD, Hardwicke Nature Center Bomb Range FD, Fire Station 32 FD, Fire Station NAS PD, Mounted Patrol Water, Westside Treatment Plant Westland Tower Clifford Lirary Library Service WESTPD-Marquita PD, CACU FD, Fire Station 23 PARD, ZBOAZ Maintenance PARD, RD Evans CC FD, Fire Station 16 FD, Fire Station 30 Code, Hulen PetSmart PARD, Como CC PD, Bonnell Storefront FD, Fire Station 18 PARD, Thomas Place CC Water, Watonga Security FD, Fire Station 39 PARD, Pecan Valley Golf Course Pro Shop FD, Fire Station 26 PARD, Southwest Community Center FD, Fire Station 29 FD, Fire Station 36 Municipal Court, Southwest Courts PARD, Chisholm Trail CC Rock Creek FD, Fire Station 42 FD, Fire Station 28 Aviation, Spinks Airport 911-PSAP FD, Fire Tire FD, Fire Equipment FD, Fire Supply PARD, Greenbriar CC 4400 Buffalo Rd. 4600 Broadview Dr. 9601 Fossil Ridge Rd. 10300 Jacksboro Hwy. 10201 White Settlement Rd. 1629 Carswell Ave 1901 N. Las Vegas Trl 12200 Old Weatherford Rd. 1021 Chapin Rd. 9336 Clifford 8628 Camp Bowie W Blvd 3525 Marquita Dr./3532 Joyce Dr 3600 Benbrook Blvd 3201 Portales Dr. 7151 Calmont St. 3242 Lackland Rd. 5933 Geddes Ave. 4416 Southwest Blvd 4800 S. Loop 820 4660 Horne 5335 Bonnell Ave. 1908 Carleton Ave. 4237 LaFayette Ave. 3716 Watonga St. 7655 Oakmont Blvd. 6400 Pecan Valley Dr. 6124 S. Hulen St. 6300 Welch Ave 6400 Westcreek Dr. 5045 Columbus Trail 3741 SW Loop 820 4680 McPherson Blvd 4610 Crowley Rd 50 E. Rendon Crowley Rd. 1300 Everman Pkwy 13725 Stone Rd. 3000 W. Bolt St. 2950 Bolt St. 2920 W. Bolt St. 2900 W. Bolt St. 5200 Hemphill St. Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB e+ STATEMENT OF WORK City of Fort Worth PARD, South District Service Center 5201 James Ave PD, Baitcar 212 E. Felix McCleland Tennis 1600 W Seminary Code, Hemphill Drop-off Center 6260 Old Hemphill Rd. FD, Fire Station 21 3501 S. Hills Ave PARD, Forest Park Pool 2850 Park Place Ave PARD, Log Cabin Village 2100 Log Cabin Village Ln PARD, Victory Forest CC 3427 Hemphill St. FD, Fire Station 10 3209 Hemphill St. Fire Station 4 2954 Mansfield Rd. PARD, Worth Heights CC 3551 New York Ave PARD, Highland Hills CC 1600 Glasgow Rd. Bradley Center 2601 Timberline Dr PARD, Forestry Operations 2525 Joe B. Rushing Rd. ITS, Rolling Hills (Radio) 2500 SE Loop 820 Water, Rolling Hills Water Treatment 2500 SE Loop 820 SE Service Center 5000 MLK Freeway Code, Southeast Drop-off Center 5150 MLK Fwy Code, Animal Control 4900 Martin St. PD-Sun Valley 5300 Sun Valley PARD, Eugene McCray CC 4932 Wilbarger St. FD, Fire Station 22 4849 Wilbarger St. FD, Fire Station 3 4700 Ramey Ave FD, Fire Station 24 3101 Forest Ave PARD, Martin Luther King CC 5565 Truman Dr. PD, One Safe Place 777 W. Rosedale PD-Hemphill 1289 S Hemphill FD, Fire Station 08 1301 W. Rosedale St. HHPeace 818 Missouri PARD, Fire Station CC 1601 Lipscomb St. Guinn School 1150 S Freeway PARD, Hillside CC 1201 E Maddox Ave FD, Fire Station 05 850 Irma St. PARD, Southside CC 959 E. Rosedale PD, NPO Lancaster Storefront 1509 E. Lancaster Ave PD, East Division Patrol/Traffic/Admin 1100 Nashville PARD, Sycamore CC 2525 E. Rosedale St. PARD, East District Service Center 2300 Avenue H FD, Fire Station 14 2737 Meadowbrook Dr. FD, Fire Station 20 1051 Woodhaven Blvd PD, Woodhaven Storefront 1258 Woodhaven Blvd PD, Crime Lab 3616 E. Lancaster Ave Docusign Envelope ID: 2AA4F672-OAFC-4E31-B077-D135442460AB e+ STATEMENT OF WORK City of Fort Worth PD-Gravel Road 2430 Gravel DR ITS, Bridge Tower 6401 Bridge Code, Environment Collection Center 6400 Bridge St. PD, Eastern Hills Storefront 2219 Weiler St. Sycamore Maintenance PD, Jail Admin 350 W. Belknap St. PARD, Meadowbrook Golf Course Maint. 1815 Jensen Rd. PARD, Meadowbrook Golf Course Pro Shop 1815 Jensen Rd. PD, East Division CIU 5650 E. Lancaster Ave. FD, Fire Station 7 7601 John T White Rd. PARD, Southeast NRDP 401 W. Sanford St. PARD, Handley Meadowbrook CC 6201 Beaty St. PARD, Rockwood Golf Course Pro Shop 1851 Jacksboro Hwy PD,5th St Bike Shop 2929 W 5th PARD, Haws Athletic Center 600 Congress St. Code, Graffiti Abatement 920 Woodware St. FD, Fire Station 6 205 University Dr. ITS, Telecom, Dist-01 1515 11th Ave Fgett Service Center 2201 Daggett St. Fire Station 33 14650 Statler Blvd FD, Fire Station 27 2940 Precint Line Rd. ITS, Bergh II Tower 11149 Trinity FD, Fire Station 02 1000 Cherry St. FD, Arson 715 Texas St. ITS, Burnett Plaza 801 Cherry St. PD, Tactical Center 3900 Barnett Zipper 275 W 13th PD Central, Jones 501 Jones FD, Fire Station 01 120 Pecan Wtr-VillageCreek 4500 Wilma Ln Wtr-Holly Up to five (5) additional sites TBD Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB Exhibit C Network Access Agreement (Attached) Second Amendment to Fort Worth City Secretary Contract No. 63294 Page 5 of 5 Docusign Envelope ID: 2AA4F672-OAFC-4E31-B077-D135442460AB lei ON MAT1111 417 ►I:TKy 3MVTe145110 elm This Network Access Agreement ("Agreement") is made and entered into by and between the City of Fort Worth ("City"), a home rule municipal corporation with its principal location at 100 Fort Worth Trail, Fort Worth, Texas 76102, organized under the laws of the State of Texas and ePlus Technology, Inc., with its principal location at 13595 Dulles Technology Dr., Herndon VA 20171 ("Vendor"). 1. The Network. The City owns and operates a computing environment and network (collectively the "Network"). Vendor wishes to access the City's network in order to provide services as described in the Non -Exclusive Cooperative Purchase Agreement. In order to provide the necessary support, Vendor needs access to various City systems as it pertains to the services agreed upon in the aforementioned Non -Exclusive Cooperative Purchase Agreement. 2. Grant of Limited Access. Vendor is hereby granted a limited right of access to the City's Network for the sole purpose of providing services as described in the Non -Exclusive Cooperative Purchase Agreement. Such access is granted subject to the terms and conditions forth in this Agreement and applicable provisions of the City's Administrative Regulation D-7 (Electronic Communications Resource Use Policy), of which such applicable provisions are hereby incorporated by reference and made a part of this Agreement for all purposes herein and are available upon request. 3. Network Credentials. The City will provide Vendor with Network Credentials consisting of user IDs and passwords unique to each individual requiring Network access on behalf of the Vendor. If this access is being granted for purposes of completing services for the City pursuant to a separate contract, then, this Agreement will expire at the completion of the contracted services, or upon termination of the contracted services, whichever occurs first. Otherwise, access rights will automatically expire one (1) year from the date of this Agreement ("Expiration Date"). ® Services are being provided in accordance with City Secretary Contract No. 63294 ("Contract") ❑ Services are being provided in accordance with City of Fort Worth PeopleSoft Contract No. . ("PSK #") ❑ Services are being provided in accordance with the Agreement to which this Access Agreement is attached. ("Contract") ❑ Services are being provided without a City Secretary Contract at no cost to the City ❑ No services are being provided pursuant to this Agreement 4. Renewal. This Agreement shall renew in accordance with the term of the Contract or PSK #. If there is no Contract or PSK #, this Agreement may be renewed annually by City, in its sole discretion, at the end of the Expiration Date and each renewal term thereafter. Notwithstanding the scheduled contract expiration or the status of completion of services, Vendor shall provide the City with a current list of officers, agents, servants, employees or representatives that require Network credentials on an annual basis. Failure to adhere to this requirement may result in denial of access to the Network and/or termination of this Agreement. 5. Network Restrictions. Vendor officers, agents, servants, employees or representatives may not share the City -assigned user IDs and passwords. Vendor acknowledges, agrees and hereby gives its authorization to the City to monitor Vendor's use of the City's Network in order to ensure Vendor's compliance with this Agreement. A breach by Vendor, its officers, agents, servants, employees or representatives, of this Agreement and any other written instructions or guidelines that the City provides to Vendor pursuant to this Agreement shall be grounds for the City immediately to deny Vendor access to the Network Access Agreement Page 1 of 3 Docusign Envelope ID: 2AA4F672-OAFC-4E31-B077-D135442460AB Network and Vendor's Data, terminate the Agreement, and pursue any other remedies that the City may have under this Agreement or at law or in equity. 6. Termination. In addition to the other rights of termination set forth herein, the City may terminate this Agreement at any time and for any reason with or without notice, and without penalty to the City. Upon termination of this Agreement, Vendor agrees to remove entirely any client or communications software provided by the City from all computing equipment used and owned by the Vendor, its officers, agents, servants, employees and/or representatives to access the City's Network. 7. Information Securitv. Vendor agrees to make every reasonable effort in accordance with accepted security practices to protect the Network credentials and access methods provided by the City from unauthorized disclosure and use. Vendor agrees to notify the City immediately upon discovery of a breach or threat of breach which could compromise the integrity of the City's Network, including but not limited to, theft of Vendor -owned equipment that contains City -provided access software, termination or resignation of officers, agents, servants, employees or representatives with access to City -provided Network credentials, and unauthorized use or sharing of Network credentials. 8. LIABILITY AND INDEMNIFICATION. VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ALL DAMAGES THAT THE CITY MAY INCUR DIRECTLY ON ACCOUNT OF ANY BREACH OF THIS AGREEMENT BY VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, SHALL NOT BE LIABLE FOR ANY DAMAGES THAT VENDORMAY INCUR AS A RESULT OF THE CITY'S RESTRICTIONS TO OR DENIAL OF ACCESS TO VENDOR'S DATA ON ACCOUNT OF ANY BREACH OF THIS AGREEMENT BY VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES, OR FOR ANY REASONABLE SECURITY MEASURES TAKEN BY THE CITY. IN ADDITION, VENDORSHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, AND ALL CLAIMS, DEMANDS AND JUDGMENTS THEREFOR, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S) OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS AND/OR EMPLOYEES. VENDOR, AT VENDOR'S OWN COST OR EXPENSE, HEREBY AGREES TO INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND/OR EMPLOYEES FROM AND AGAINST ANY CLAIM, LAWSUIT, DEMAND OR OTHER ACTION TO THE EXTENT THAT THE SAME ARISES FROM THE NEGLIGENT ACT(S) OR OMISSION(S) OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 9. Confidential Information. Vendor, for itself and its officers, agents, employees, and representatives, agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City. Vendor further agrees that it shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor shall notify the City immediately if the security or integrity of any City information has been compromised or is believed to have been compromised. 10. Right to Audit. Vendor agrees that the City shall, during the initial term, any renewal terms, and until the expiration of three (3) years after termination or expiration of this contract, have access to and the right to examine at reasonable times any directly pertinent books, data, documents, papers and records, both hard copy and electronic, of the Vendor involving transactions relating to this Agreement. Vendor agrees that the 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 Network Access Agreement Page 2 of 3 Docusign Envelope ID: 2AA4F672-OAFC-4E31-BO77-D135442460AB compliance with the provisions of this section. The City shall give Vendor reasonable advance notice of intended audits. Vendor further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall, during the initial term, any renewal terms, and until expiration of three (3) years after termination or expiration of the subcontract, have access to and the right to examine at reasonable times any directly pertinent books, data, documents, papers and records, both hard copy and electronic, of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice of intended audits. 11. Agreement Cumulative. This Agreement is cumulative of and in addition to any written contracts, agreements, understandings or acknowledgments with the City signed by Vendor. This Agreement and any other documents incorporated herein by reference constitute the entire understanding and Agreement between the City and Vendor as to the matters contained herein regarding Vendor's access to and use of the City's Network. 12. Amendments. The terms of this Agreement shall not be waived, altered, modified, supplemented, or amended in any manner except by written instrument signed by an authorized representative of both the City and Vendor. 13. Assignment. Vendor may not assign or in any way transfer any of its interest in this Agreement. Any attempted assignment or transfer of all or any part hereof shall be null and void. 14. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 15. Force Maieure. Each party shall exercise its best efforts to meet its respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 16. Governing Law / Venue. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 17. Signature Authoritv. By affixing a signature below, the person signing this Agreement hereby warrants that he/she has the legal authority to bind the respective party to the terms and conditions in this agreement and to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The other party is fully entitled to rely on this warranty and representation in entering into this Agreement. Network Access Agreement Page 3 of 3 5/8/25, 2:50 PM M&C Review Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT 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