HomeMy WebLinkAboutContract 64148CSC No. _________
Cooperative Purchase Agreement Page 1 of 8
CITY OF FORT WORTH
COOPERATIVE PURCHASE AGREEMENT
This Cooperative Purchase Agreement (“Agreement”) is entered into by and between the City
of Fort Worth (“City”), a Texas home rule municipality, and iT1 Source LLC (“Vendor”), an
Arizona limited liability company. City and Vendor are each individually referred to herein as a
“party” and collectively referred to as the “parties.”
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 – Omnia Cooperative Contract No. 01-170;
3.Exhibit B – Omnia Cooperative Contract No. 01-170 Pricing Index; and
4.Exhibit C – Conflict of Interest Questionnaire.
The Exhibits referenced above, 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 B pursuant to the terms and conditions of this Cooperative Purchase
Agreement, including all exhibits thereto. If any provisions of the attached documents, conflict
with the terms herein, are prohibited by applicable law, conflict with any applicable rule, regulation
or ordinance of City, the terms in this Agreement shall control
City shall pay Vendor in accordance with the pricing index in Exhibit B and the provisions
of this Agreement. Total payment made annually under this Agreement by City shall not exceed
One Hundred Thousand and 00/100 dollars ($100,000.00). 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 items, services, and/or expenses.
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 initial term of this Agreement (“Initial Term”) shall be effective beginning on the date
signed by the Assistant City Manager below (“Effective Date”) and ending on December 31, 2026.
The Initial Term shall be divided into two segments. The first segment shall begin on the date this
Agreement is signed by the Assistant City Manager and shall end on December 31, 2025. The
second segment shall begin on January 1, 2026 and shall end on December 31, 2026. City shall be
able to renew this agreement for two (2) additional one-year renewal options by written agreement
of the parties. Provided, however, the term of this Agreement shall not extend beyond the term of
Omnia Cooperative Contract No. 01-170, attached hereto as Exhibit A, unless it is extended,
renewed, or followed up by a substantially similar cooperative agreement (“Successor Contract”)
from Vendor and Omnia and the parties agree in writing to incorporate such extension, renewal,
or use of Successor Contract into this Agreement.
Cooperative Purchase Agreement Page 2 of 8
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 workspace in order to conduct audits in compliance with the
provisions of this section. City shall give Vendor reasonable advance notice of intended audits.
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 party by United States Mail, registered, return receipt
requested, addressed as follows:
To CITY:
City of Fort Worth
Attn: City Manager’s Office
100 Fort Worth Trail
Fort Worth, TX 76102
With copy to Fort Worth City Attorney’s Office at
same address
To VENDOR:
iT1 Source, LLC
Attn: Legal Department
1860 W University Drive Suite 100
Tempe, AZ 85281
IP Indemnification. Vendor agrees to indemnify, defend, settle, or pay, at its own cost
and expense, including the payment of attorney’s fees, any claim or action against the
City for infringement of any patent, copyright, trade mark, service mark, trade secret, or
other intellectual property right arising from City's use of the Vendor’s proprietary services,
or any part thereof, in accordance with the Agreement, it being understood that the
agreement to indemnify, defend, settle or pay shall not apply if City modifies or misuses the
Vendor’s proprietary services. So long as Vendor bears the cost and expense of payment for
claims or actions against the City pursuant to this section, Vendor shall have the right to
conduct the defense of any such claim or action and all negotiations for its settlement or
compromise and to settle or compromise any such claim; however, City shall have the right
to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to
protect the City’s interest, and City agrees to cooperate with Vendor in doing so. In the event
City, for whatever reason, assumes the responsibility for payment of costs and expenses for
any claim or action brought against the City for infringement arising under the Agreement,
the City shall have the sole right to conduct the defense of any such claim or action and all
negotiations for its settlement or compromise and to settle or compromise any such claim;
however, Vendor shall fully participate and cooperate with the City in defense of such claim
or action. City agrees to give Vendor timely written notice of any such claim or action, with
copies of all papers City may receive relating thereto. Notwithstanding the foregoing, the
City’s assumption of payment of costs or expenses shall not eliminate Vendor’s duty to
indemnify the City under the Agreement. If the Vendor’s proprietary services, or any part
Cooperative Purchase Agreement Page 3 of 8
thereof, are held to infringe and the use thereof is enjoined or restrained or, if as a result of
a settlement or compromise, such use is materially adversely restricted, Vendor shall, at its
own expense and as City's sole remedy, either: (a) procure for City the right to continue to
use the Vendor’s proprietary services; or (b) modify the Vendor’s proprietary services to
make them/it non-infringing, provided that such modification does not materially adversely
affect City's authorized use of the Vendor’s services; or (c) replace the Vendor’s proprietary
services with equally suitable, compatible, and functionally equivalent non-infringing
Vendor proprietary services at no additional charge to City; or (d) if none of the foregoing
alternatives are reasonably available to Vendor, terminate the Agreement, and refund all
amounts paid to Vendor by the City, subsequent to which termination City may seek any
and all remedies available to City under law. VENDOR’S OBLIGATIONS HEREUNDER
SHALL BE SECURED BY THE REQUISITE INSURANCE COVERAGE REQUIRED BY
CITY.
Data Breach. Vendor further agrees that it will monitor and test its data safeguards
from time to time, and to adjust its data safeguards from time to time in light of relevant
circumstances or the results of any relevant testing or monitoring. If Vendor suspects or
becomes aware of any unauthorized access to any financial or personal identifiable
information (“City Data”) by any unauthorized person or third party, or becomes aware of
any other security breach relating to City Data held or stored by Vendor under the
Agreement or in connection with the performance of any services performed under the
Agreement or any Statement(s) of Work (“Data Breach”), Vendor shall immediately notify
City in writing and shall fully cooperate with City at Vendor’s expense to prevent or stop
such Data Breach. In the event of such Data Breach, Vendor shall fully and immediately
comply with applicable laws and shall take the appropriate steps to remedy such Data
Breach. Vendor will defend, indemnify and hold City, its Affiliates, and their respective
officers, directors, employees and agents, harmless from and against any and all claims, suits,
causes of action, liability, loss, costs and damages, including reasonable attorney fees, arising
out of or relating to any third party claim arising from breach by Vendor of its obligations
contained in this Section, except to the extent resulting from the acts or omissions of City.
All City Data to which Vendor has access under the Agreement, as between Vendor and City,
will remain the property of City. City hereby consents to the use, processing and/or
disclosure of City Data only for the purposes described herein and to the extent such use or
processing is necessary for Vendor to carry out its duties and responsibilities under the
Agreement, any applicable Statement(s) of Work, or as required by law. Vendor will not
transfer City Data to third parties other than through its underlying network provider to
perform its obligations under the Agreement, unless authorized in writing by City. Vendor’s
obligation to defend, hold harmless and indemnify City shall remain in full effect if the Data
Breach is the result of the actions of a third party. All City Data delivered to Vendor shall be
stored in the United States or other jurisdictions approved by City in writing and shall not
be transferred to any other countries or jurisdictions without the prior written consent of
City.
No Boycott of Israel. If Vendor has fewer than 10 employees or the Agreement is for
less than $100,000, this section does not apply. Vendor acknowledges that in accordance with
Chapter 2271 of the Texas Government Code, City is prohibited from entering into a
Cooperative Purchase Agreement Page 4 of 8
contract with a company for goods or services unless the contract contains a written
verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel during the term of the contract. The terms “boycott Israel” and “company” shall have
the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By
signing this Addendum, Vendor certifies that Vendor’s signature provides written verification
to City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term
of the Agreement.
Prohibition on Boycotting Energy Companies. Vendor acknowledges that in
accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from
entering into a contract for goods or services that has a value of $100,000 or more that is to
be paid wholly or partly from public funds of the City with a company with 10 or more full-
time employees unless the contract contains a written verification from the company that it:
(1) does not boycott energy companies; and (2) will not boycott energy companies during the
term of the contract. The terms “boycott energy company” and “company” have the
meaning ascribed to those terms by Chapter 2276.001 of the Texas Government Code. To
the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by
signing this Agreement, Vendor certifies that Vendor’s signature provides written verification
to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy
companies during the term of this Agreement.
Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor
acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more that is to be paid wholly or partly from public funds of the City
with a company with 10 or more full-time employees unless the contract contains a written
verification from the company that it: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and (2) will
not discriminate during the term of the contract against a firearm entity or firearm trade
association. The terms “discriminate,” “firearm entity” and “firearm trade association”
have the meaning ascribed to those terms by Chapter 2274.001 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides
written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and (2) will
not discriminate against a firearm entity or firearm trade association during the term of this
Agreement.
Applicable Laws. The laws of the State of Texas shall govern this Agreement. Venue for
any action brought to interpret or enforce, or arising out of or incident to, the terms of this
Agreement shall be in Tarrant County, Texas.
[Signature Page Follows]
Docusign Envelope ID: BBC2DFC9-6812-40F4-AEB9-45D455EA0496
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: Dianna Giordano (Oct 17, 202512:01:40 CDT)
Name: Dianna Giordano
Title: Assistant City Manager
Date:
APPROVAL RECOMMENDED:
By:
Name: Kevin Gunn
Title: Director, IT Solutions
ATTEST:
By:
Name: Jannette S. Goodall
Title: City Secretary
VENDOR:
iTl Source, LLC
By: ctS:t���� Name: Guy Steinbrink
Title: Owner------------
Date: 10/6/2025
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.
Ou.?Pad By: l..!:!:!_ Name: Jeff Park
Title: Sr. IT Solutions Manager
APPROVED AS TO FORM AND LEGALITY:
By·. M � 4nc4u,,, c/J M.KevinAnders ll{Oct17 202510:53:38COT) 4
Name: M. Kevin Anders, II
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C:NIA
Approval Date: NIA
Form 1295: NI A
Cooperative Purchase Agreement – Exhibit A Page 6 of 8
EXHIBIT A
Omnia Cooperative Contract No. 01-170
(ATTACHED)
Region 14 Education Service Center
Contract # 01-170
for
Advanced Technology Solutions Aggregator
with
TD SYNNEX Corporation
Effective: December 14, 2023
The following documents comprise the executed contract between the
Region 14 Education Service Center, and TD SYNNEX effective December
14, 2023:
Vendor Award Letter
Master Agreement-General T&Cs and executed signature form
Supplier’s Response to the RFP, incorporated
Region XIV Education Service Center
1850 Highway 351
Abilene, TX 79601-4750
325-675-8600
FAX 325-675-8659
Thursday, December 14th, 2023
TD SYNNEX Corporation
ATTN: Edward W. Somers
39 Pellham Ridge Drive
Greenville, SC 29615
Dear Edward:
Region XIV Education Service Center is happy to announce that TD SYNNEX
Corporation has been awarded an annual contract for Advanced Technology
Solutions Aggregator based on the proposal submitted to Region XIV ESC.
The contract is effective immediately and will expire on December 31st, 2026. The
contract can then be renewed annually for an additional two years, if mutually
agreed on by Region XIV ESC and TD SYNNEX Corporation
We look forward to a long and successful partnership underneath this contract.
If you have any questions or concerns, feel free to contact me at 325-675-8600.
Sincerely,
Shane Fields
Region XIV, Executive Director
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
NOTICE TO RESPONDENT:
Submittal Deadline:
Thursday, November 16t", 2023, 2:OOpm CT
Questions regarding this solicitation must be submitted to questions(c�ncpa.us no later than
Thursday November 2"d, 2023. All questions and answers will be posted to
https://info.omniapartners.com/solicitations.
It is the intention of Region 14 Education Service Center (herein "Region 14 ESC") to establish
a Master Agreement for Advanced Technology Solutions Aggregator for use by Region 14 ESC
and other public agencies supported under this contract. This Request for Proposal is issued on
behalf of the National Cooperative Purchasing Alliance through a public agency clause, which
provides that any county, city, special district, local government, school district, private K-12
school, higher education institution, state, other government agency, healthcare organization or
nonprofit organization may purchase Products and Services through this contract. Respondents
will be required to execute the NCPA Administration Agreement upon award.
This contract will allow agencies to purchase on an "as needed" basis from a competitively
awarded contract. Respondents are requested to submit their total line of available products and
services. While this solicitation specifically covers Advanced Technology Solutions Aggregator,
respondents are encouraged to submit an offering on any or and all products and services
available that they currently perform in their normal course of business.
Responses shall be received electronically no later than the submittal deadline via our online
Bonfire portal at ncpa.bonfirehub.com
Immediately following the deadline, all responses will be publicly opened and the respondents
recorded. Any response received later than the specified deadline will be disqualified.
Responses will remain sealed by our online Bonfire portal until the bid opening time specified.
Responses received outside our online Bonfire portal will not be accepted. Sealed responses
may be submitted on any or all items, unless stated otherwise.
Proposal may be rejected for failure to comply with the requirements set forth in this invitation.
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
INTRODUCTION/SCOPE
Region 14 ESC on behalf of itself and all states, local governments, school districts, and higher
education institutions in the United States of America, and other government agencies and non-
profit organizations (herein "Public Agency" or collectively "Public Agencies") is soliciting
proposals from qualified vendors to enter into a Master Agreement for a complete line of
Advanced Technology Solutions Aggregator.
Region 14 ESC, as the lead public agency, has partnered with NCPA to make the resultant
contract available to all participating agencies in the United States. NCPA provides marketing
and administrative support for the awarded vendor that promotes the successful vendor's
products and services to Public Agencies nationwide. The Vendor will execute the NCPA
Administration Agreement (Tab 2) upon award. Vendor should thoroughly review all documents
and note any exceptions to NCPA terms and conditions in their proposal.
Awarded vendor(s) shall perform covered product or services under the terms of this
agreement. Respondents shall provide pricing based on a discount from their standard pricing
schedules for products and/or services offered. Electronic Catalog and/or price lists must
accompany the proposal. Multiple percentage discount structure is also acceptable. Please
specify where different percentage discounts apply. Additional pricing and/or discounts may be
included.
Each product or service proposed is to be priced separately with all ineligible items identified.
Services may be awarded to multiple vendors. Respondents may elect to limit their proposals to
a single product or service within any category, or multiple products or services within any and
all categories.
The National Cooperative Purchasing Alliance (herein "NCPA") assists public agencies to
increase their efficiency and reduce their costs when procuring goods and services. This is
accomplished by awarding competitively solicited contracts that are leveraged nationally by
combining the volumes and purchasing power of entities nationwide. Our contracts are available
for use by any entity that complies with procurement laws and regulations.
It is the intention of Region 14 ESC and NCPA to achieve the following objectives through this
RFP.
• Provide a comprehensive competitively solicited Master Agreement offering Products
and Services to Public Agencies;
• Achieve cost savings of Vendors and Public Agencies through a single competitive
solicitation process that eliminates the need for multiple proposals;
• Combine the purchasing power of Public Agencies to achieve cost effective pricing;
• Reduce the administrative and overhead costs of Vendors and Public Agencies through
state of the art purchasing procedures.
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
TAB 1
MASTER AGREEMENT - GENERAL TERMS AND CONDITIONS
Customer Support
The vendor shall provide timely and accurate technical advice and sales support. The vendor
shall respond to such requests within one (1) working day after receipt of the request.
Disclosures
Respondent affirms that he/she has not given, offered to give, nor intends to give at any time
hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount,
trip, favor or service to a public servant in connection with this contract.
The respondent affirms that, to the best of his/her knowledge, the offer has been arrived at
independently, and is submitted without collusion with anyone to obtain information or gain any
favoritism that would in any way limit competition or give an unfair advantage over other
vendors in the award of this contract.
Renewal of Contract
Unless otherwise stated, all contracts are for a period of three (3) years with an option to renew
for up to two (2) additional one-year terms or any combination of time equally not more than 2
years if agreed to by Region 14 ESC and the vendor.
Funding Out Clause
Any/all contracts exceeding one (1) year shall include a standard "funding out" clause. A
contract for the acquisition, including lease, of real or personal property is a commitment of the
entity's current revenue only, provided the contract contains either or both of the following
provisions:
Retains to the entity the continuing right to terminate the contract at the expiration of each
budget period during the term of the contract and is conditioned on a best efforts attempt by the
entity to obtain appropriate funds for payment of the contract.
Shipments (if applicable)
The awarded vendor shall ship ordered products within seven (7) working days for goods
available and within four (4) to six (6) weeks for specialty items after the receipt of the order
unless modified. If a product cannot be shipped within that time, the awarded vendor shall notify
the entity placing the order as to why the product has not shipped and shall provide an
estimated shipping date. At this point the participating entity may cancel the order if estimated
shipping time is not acceptable.
Tax Exempt Status
Since this is a national contract, knowing the tax laws in each state is the sole responsibility of
the vendor.
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
Payments
The entity using the contract will make payments directly to the awarded vendor or their
affiliates (distributors/business partners/resellers) as long as written request and approval by
NCPA is provided to the awarded vendor.
Adding Authorized Distributors/Dealers
Awarded vendors may submit a list of distributors/partners/resellers to sell under their contract
throughout the life of the contract. Vendor must receive written approval from NCPA before such
distributors/partners/resellers considered authorized.
Purchase orders and payment can only be made to awarded vendor or distributors/ business
partners/resellers previously approved by NCPA.
Pricing provided to members by added distributors or dealers must also be less than or equal to
the pricing offered by the awarded contract holder.
All distributors/partners/resellers are required to abide by the Terms and Conditions of the
vendor's agreement with NCPA.
Pricing
All pricing submitted shall include the administrative fee to be remitted to NCPA by the awarded
vendor. It is the awarded vendor's responsibility to keep all pricing up to date and on file with
N C PA.
All deliveries shall be freight prepaid, F.O.B. destination and shall be included in all pricing
offered unless otherwise clearly stated in writing
Warranty
Proposal should address the following warranty information:
• Applicable warranty and/or guarantees of equipment and installations including any
conditions and response time for repair and/or replacement of any components during
the warranty period.
• Availability of replacement parts
• Life expectancy of equipment under normal use
• Detailed information as to proposed return policy on all equipment
Products: Vendor shall provide equipment, materials and products that are new unless
otherwise specified, of good quality and free of defects
Construction: Vendor shall perform services in a good and workmanlike manner and in
accordance with industry standards for the service provided.
Safety
Vendors performing services shall comply with occupational safety and health rules and
regulations. Also all vendors and subcontractors shall be held responsible for the safety of their
employees and any conditions that may cause injury or damage to persons or property.
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
Permits
Since this is a national contract, knowing the permit laws in each state is the sole responsibility
of the vendor.
Indemnity
The awarded vendor shall protect, indemnify, and hold harmless Region 14 ESC and its
participants, administrators, employees and agents against all claims, damages, losses and
expenses arising out of or resulting from the actions of the vendor, vendor employees or vendor
subcontractors in the preparation of the solicitation and the later execution of the contract.
Franchise Tax
The respondent hereby certifies that he/she is not currently delinquent in the payment of any
franchise taxes.
Supplemental Agreements
The entity participating in this contract and awarded vendor may enter into a separate
supplemental agreement to further define the level of service requirements over and above the
minimum defined in this contract i.e. invoice requirements, ordering requirements, specialized
delivery, etc. Any supplemental agreement developed as a result of this contract is exclusively
between the participating entity and awarded vendor.
Additional Agreements
If an awarded vendor requires additional agreements, i.e., master service agreement, end user
licensing agreement, etc. a copy of the proposed agreement must be included with the
proposal. Any additional agreements provided by the vendor are complementary to the terms
and conditions stated herein or for the use of participating entities and shall not replace the
entirety of the Master Agreement.
Certificates of Insurance
Certificates of insurance shall be delivered to the Public Agency prior to commencement of
work. The insurance company shall be licensed in the applicable state in which work is being
conducted. The awarded vendor shall give the participating entity a minimum of ten (10) days
notice prior to any modifications or cancellation of policies. The awarded vendor shall require all
subcontractors performing any work to maintain coverage as specified.
Legal Obligations
It is the Respondent's responsibility to be aware of and comply with all local, state, and federal
laws governing the sale of products/services identified in this RFP and any awarded contract
and shall comply with all while fulfilling the RFP. Applicable laws and regulation must be
followed even if not specifically identified herein.
Protest
A protest of an award or proposed award must be filed in writing within ten (10) days from the
date of the official award notification and must be received by 5:00 pm CST. Protests shall be
filed with Region 14 ESC and shall include the following:
• Name, address and telephone number of protester
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
• Original signature of protester or its representative
• Identification of the solicitation by RFP number
• Detailed statement of legal and factual grounds including copies of relevant documents
and the form of relief requested
Any protest review and action shall be considered final with no further formalities being
considered.
Force Majeure
If by reason of Force Majeure, either party hereto shall be rendered unable wholly or in part to
carry out its obligations under this Agreement then such party shall give notice and full
particulars of Force Majeure in writing to the other party within a reasonable time after
occurrence of the event or cause relied upon, and the obligation of the party giving such notice,
so far as it is affected by such Force Majeure, shall be suspended during the continuance of the
inability then claimed, except as hereinafter provided, but for no longer period, and such party
shall endeavor to remove or overcome such inability with all reasonable dispatch.
The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or other
industrial disturbances, act of public enemy, orders and regulation of any kind of government of
the United States or any civil or military authority; insurrections; riots; epidemics; pandemic;
landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts; droughts; arrests;
restraint of government and people; civil disturbances; explosions, breakage or accidents to
machinery, pipelines or canals, or other causes not reasonably within the control of the party
claiming such inability. It is understood and agreed that the settlement of strikes and lockouts
shall be entirely within the discretion of the party having the difficulty, and that the above
requirement that any Force Majeure shall be remedied with all reasonable dispatch shall not
require the settlement of strikes and lockouts by acceding to the demands of the opposing party
or parties when such settlement is unfavorable in the judgment of the party having the difficulty
Prevailing Wage
It shall be the responsibility of the Vendor to comply, when applicable, with the prevailing wage
legislation in effect in the jurisdiction of the purchaser. It shall further be the responsibility of the
Vendor to monitor the prevailing wage rates as established by the appropriate department of
labor for any increase in rates during the term of this contract and adjust wage rates
accordingly.
Termination
Either party may cancel this contract in whole or in part by providing written notice. The
cancellation will take effect 30 business days after the other party receives the notice of
cancellation. After the 30th business day all work will cease following completion of final
purchase order.
Open Records Policy
Because Region 14 ESC is a governmental entity responses submitted are subject to release
as public information after contracts are executed. If a vendor believes that its response, or
parts of its response, may be exempted from disclosure, the vendor must specify page-by-page
and line-by-line the parts of the response, which it believes, are exempt. In addition, the
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
respondent must specify which exception(s) are applicable and provide detailed reasons to
substantiate the exception(s).
The determination of whether information is confidential and not subject to disclosure is the duty
of the Office of Attorney General (OAG). Region 14 ESC must provide the OAG sufficient
information to render an opinion and therefore, vague and general claims to confidentiality by
the respondent are not acceptable. Region 14 ESC must comply with the opinions of the OAG.
Region14 ESC assumes no responsibility for asserting legal arguments on behalf of any vendor.
Respondent are advised to consult with their legal counsel concerning disclosure issues
resulting from this procurement process and to take precautions to safeguard trade secrets and
other proprietary information.
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
PROCESS
Region 14 ESC will evaluate proposals in accordance with, and subject to, the relevant statutes,
ordinances, rules, and regulations that govern its procurement practices. NCPA will assist
Region 14 ESC in evaluating proposals. Award(s) will be made to the prospective vendor whose
response is determined to be the most advantageous to Region 14 ESC, NCPA, and its
participating agencies. To qualify for evaluation, response must have been submitted on time,
and satisfy all mandatory requirements identified in this document.
Contract Administration
The contract will be administered by Region 14 ESC. The National Program will be administered
by NCPA on behalf of Region 14 ESC.
Contract Term
The contract term will be for three (3) year starting from the date of the award. The contract may
be renewed for up to two (2) additional one-year terms or any combination of time equally not
more than 2 years.
It should be noted that maintenance/service agreements may be issued for up to (5) years under
this contract even if the contract only lasts for the initial term of the contract. NCPA will monitor
any maintenance agreements for the term of the agreement provided they are signed prior to the
termination or expiration of this contract.
Contract Waiver
Any waiver of any provision of this contract shall be in writing and shall be signed by the duly
authorized agent of Region 14 ESC. The waiver by either party of any term or condition of this
contract shall not be deemed to constitute waiver thereof nor a waiver of any further or
additional right that such party may hold under this contract.
Price Increases
Should it become necessary, price increase requests may be submitted at any point during the
term of the contract by written amendment. Included with the request must be documentation
and/or formal cost justification for these changes. Requests will be formally reviewed, and if
justified, the amendment will be approved.
Products and Services Additions
New Products and/or Services may be added to the resulting contract at any time during the
term by written amendment, to the extent that those products and/or services are within the
scope of this RFP.
Competitive Range
It may be necessary for Region 14 ESC to establish a competitive range. Responses not in the
competitive range are unacceptable and do not receive further award consideration.
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
Deviations and Exceptions
Deviations or exceptions stipulated in response may result in disqualification. It is the intent of
Region 14 ESC to award a vendor's complete line of products and/or services, when possible.
Estimated Quantities
While no minimum volume is guaranteed, the estimated (but not limited to) annual volume for
Products and Services purchased under the proposed Master Agreement is 250 million dollars
annually. This estimate is based on the anticipated volume of Region 14 ESC and current sales
within the NCPA program.
Evaluation
Region 14 ESC will review and evaluate all responses in accordance with, and subject to, the
relevant statutes, ordinances, rules and regulations that govern its procurement practices.
NCPA will assist the lead agency in evaluating proposals. Recommendations for contract
awards will be based on multiple factors, each factor being assigned a point value based on its
importance.
Formation of Contract
A response to this solicitation is an offer to contract with Region 14 ESC based upon the terms,
conditions, scope of work, and specifications contained in this request. A solicitation does not
become a contract until it is accepted by Region 14 ESC. The prospective vendor must submit a
signed Signature Form with the response thus, eliminating the need for a formal signing
process. Contract award letter issued by Region 14 ESC is the counter-signature document
establishing acceptance of the contract.
NCPA Administrative Agreement
The vendor will be required to enter and execute the National Cooperative Purchasing Alliance
Administration Agreement with NCPA upon award with Region 14 ESC. The agreement
establishes the requirements of the vendor with respect to a nationwide contract effort.
Clarifications/Discussions
Region 14 ESC may request additional information or clarification from any of the respondents
after review of the proposals received for the sole purpose of elimination minor irregularities,
informalities, or apparent clerical mistakes in the proposal. Clarification does not give
respondent an opportunity to revise or modify its proposal, except to the extent that correction of
apparent clerical mistakes results in a revision. After the initial receipt of proposals, Region 14
ESC reserves the right to conduct discussions with those respondent's whose proposals are
determined to be reasonably susceptible of being selected for award. Discussions occur when
oral or written communications between Region 14 ESC and respondenYs are conducted for the
purpose clarifications involving information essential for determining the acceptability of a
proposal or that provides respondent an opportunity to revise or modify its proposal. Region 14
ESC will not assist respondent bring its proposal up to the level of other proposals through
discussions. Region 14 ESC will not indicate to respondent a cost or price that it must meet to
neither obtain further consideration nor will it provide any information about other respondents'
proposals or prices.
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
Multiple Awards
Multiple Contracts may be awarded as a result of the solicitation. Multiple Awards will ensure
that any ensuing contracts fulfill current and future requirements of the diverse and large
number of participating public agencies.
Past Performance
Past performance is relevant information regarding a vendor's actions under previously awarded
contracts; including the administrative aspects of performance; the vendor's history of
reasonable and cooperative behavior and commitment to customer satisfaction; and generally,
the vendor's businesslike concern for the interests of the customer.
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
EVALUATION CRITERIA
Pricing (40 points)
Electronic Price Lists
• Products, Services, Warranties, etc. price list
• Prices listed will be used to establish both the extent of a vendor's product lines,
services, warranties, etc. available from a particular bidder and the pricing per item.
Ability to Provide and Perform the Required Services for the Contract (25 points)
• Product Delivery within participating entities specified parameters
• Number of line items delivered complete within the normal delivery time as a percentage
of line items ordered.
• Vendor's ability to perform towards above requirements and desired specifications.
• Past Cooperative Program Performance. Quantity of line items available that are
commonly purchased by the entity.
• Quantity of line items available that are commonly purchased by the entity.
• Quality of line items available compared to normal participating entity standards.
References and Experience (20 points)
• A minimum of ten (10) customer references for product and/or services of similar scope
dating within past 3 years
• Respondent Reputation in marketplace
• Past Experience working with public sector.
• Exhibited understanding of cooperative purchasing
Value Added Products/Services Description, (8 points)
• Additional Products/Services related to the scope of RFP
• Marketing and Training
• Programs and practices that may be advantageous to Public Agencies
• Customer Service
Technology for Supporting the Program (7 points)
• Electronic on-line catalog, order entry use by and suitability for the entity's needs
• Quality of vendor's on-line resources for NCPA members.
• Specifications and features offered by respondent's products and/or services
DocuSign Envelope ID: B7D1 FC17-AF96-41AE-9866-BC8929A43C12
SIGNATURE FORM
The undersigned hereby proposes and agrees to furnish goods and/or services in strict
compliance with the terms, specifications and conditions at the prices proposed within response
unless noted in writing. The undersigned further certifies that he/she is an officer of the company
and has authority to negotiate and bind the company named below and has not prepared this bid
in collusion with any other Respondent and that the contents of this proposal as to prices, terms
or conditions of said bid have not been communicated by the undersigned nor by any employee
or agent to any person engaged in this type of business prior to the official opening of this
proposal.
Prices are guaranteed: 120 days
TD SYNNEX Corporation
Company Name
39 Pelham Ridge Drive
Address
Greenville
City
SC
State
29615
Zip
864-349-4390
Telephone Number
510-360-6609
Fax Number
ed.somers@tdsynnex.com
Email Address
Edward W. Somers
Printed Name
Vice President, Public Sector
Position
—DocuSigned by:
��,W A.V'�, � bwtt,V'S
Authorized Signature
Cooperative Purchase Agreement – Exhibit B Page 7 of 8
EXHIBIT B
Omnia Cooperative Contract No. 01-170 Pricing Index
(ATTACHED)
Cooperative Purchase Agreement – Exhibit C Page 8 of 8
EXHIBIT C
Conflict of Interest Questionnaire
(ATTACHED)
October 14, 2025
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code § 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
***
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code § 176.006(a) and (a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
F�RT ��RTH�}
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: iT1 Source LLC
SUbjeCt Of tile AgPeerilerit: Cooperative Purchase Agreement Utilizing Omnia Cooperative Contract No. 01-170
M&C Approved by the Council? * Yes ❑ No 8
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 8
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes ❑ No 8
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? XYes ❑ No ❑ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date: December 31, 2026
If�different from lhe approval dale.
If applicable.
Is a 1295 Form required? * Yes ❑ No 8
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 8 No ❑
Contracts need to be routed for CSO processin� in the following order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the infor7nation is required and if the information is nol provided, the contract will be
returned to the department.
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank