HomeMy WebLinkAboutContract 56415-A3Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
CSC No. 56415-A3
AMENDMENT NO.3
TO
CITY OF FORT WORTH CONTRACT 56415
This Third Amendment is entered into by and between the City of Fort Worth
(hereafter "Buyer"), a home rule municipality, with its principal place of business at 100 Fort
Worth Trail, Fort Worth, Texas, and GTS Technology Solutions Inc. ("Vendor"), Buyer and
Vendor may be referred to individually as a "Party" and collectively as the "Parties."
WHEREAS, on October 4, 2021 the Parties entered into City Secretary Contract 56415
to provide technology goods and services ("Agreement"), pursuant to Texas Department of
Information Resources Cooperative Contract DIR-CPO-4751; and
WHEREAS, on May 6, 2024, the Parties entered into the Second Amendment to the
Agreement to increase the value of the contract from an amount not to exceed $100,000.00 per
year to a new total annual amount up to $225,000.00; and
WHEREAS, the Parties wish to amend the Agreement to add Exhibit A-3 Statement of
Work for Installation Services;
NOW, THEREFORE, the Parties, acting herein by and through their duly authorized
representatives, enter into the following agreement:
1.
AMENDMENTS
The Agreement is hereby amended to add Exhibit A-3 Statement of Work for Ambulance
Pilot Installations. The total annual contract amount remains not to exceed $225,000.00.
2.
ALL OTHER TERMS SHALL REMAIN THE SAME
All other provisions of the Agreement which are not expressly amended herein shall
remain in full force and effect.
3.
ELECTRONIC SIGNATURE
This Amendment may be executed in multiple counterparts, each of which shall be
an original and all of which shall constitute one and the same instrument. A facsimile copy
or computer image, such as a PDF or tiff image, or a signature, shall be treated as and shall
have the same effect as anoriginal.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Third Amendment to Fort Worth City Secretary Contract No. 56415 Pagel of 3
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
By:
Name: Mark McDaniel
Title: Deputy City Manager
Date: Jan 27, 2025
APPROVAL RECOMMENDED:
By:
Name: Kevin Gunn
Title: Director, IT Solutions Department
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:
P-"�g
Name: Jeff Park
Title: Sr. IT Solutions Manager
APPROVED AS TO FORM AND LEGALITY:
one M Kevin Andes, //
ATTEST: poF FORr�d By: M. Kevin Anders, II (Jan 27, 202514:12 CST)
ono° °9.;°od Name: M. Kevin Anders, II
Title: Assistant City Attorney
QA.�,ns�*x. % �d4� �EXASoti.G
By:
Name: Jannette Goodall
Title: City Secretary
VENDOR:
GTS Tey4=WQ@NS9jotions Inc.
By: _
Name: s� menta I
Title: vP of services
Date: 1/16/202 5
CONTRACT AUTHORIZATION:
M&C: 24-0308
Approved: April 23, 2024
1295:2024-1132957
ATTEST:
LOR
Third Amendment to Fort Worth City Secretary Contract No. 56415
Name:
Title:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Page 2 of 3
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
Exhibit A-3
Third Amendment to Fort Worth City Secretary Contract No. 56415 Page 3 of 3
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
GTS
TECHNOLOGY SOLUTIONS
Ambulance Pilot Installations
Statement of Work
By and Between
GTS Technology Solutions
9211 Waterford Centre Blvd. Ste. 275
Austin, TX 78758
And
City of Fort Worth
Submission Date: 12/20/2024
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
Executivesummary........................................................................................................................................................4
Purpose...................................................................................................................................................................... 4
Scope.........................................................................................................................................................................4
InScope.....................................................................................................................................................................4
Off-Site................................................................................................................................................................... 4
On-Site...................................................................................................................................................................4
Outof scope..............................................................................................................................................................5
Rolesand responsibilities..............................................................................................................................................5
GTSwill perform the following..................................................................................................................................5
Customerwill perform the following........................................................................................................................5
Approach...................................................................................................................................................................6
Deliverables............................................................................................................................................................... 6
Assumptions..............................................................................................................................................................6
Reportsand meetings................................................................................................................................................7
Periodof performance..............................................................................................................................................7
Pricing............................................................................................................................................................................8
Billing.........................................................................................................................................................................8
Paymentaddress.......................................................................................................................................................8
Projectacceptance........................................................................................................................................................8
Changemanagement.................................................................................................................................................8
Acceptance................................................................................................................................................................9
Projectcompletion criteria........................................................................................................................................9
Paymentterms..........................................................................................................................................................9
Warranty........................................................................................................................................................................9
WarrantyCoverage....................................................................................................................................................9
Installation Items Covered Under Warranty............................................................................................................10
Installation Items Not Covered Under Warranty.....................................................................................................10
WarrantyScheduling...............................................................................................................................................11
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
WarrantyRequests..................................................................................................................................................11
WarrantyReports....................................................................................................................................................11
Termsand Conditions..................................................................................................................................................12
Authorization and Acceptance....................................................................................................................................12
Appendix a — change request form..............................................................................................................................13
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
PURPOSE
GTS has been requested to provide pilot installation services to install (2) 8230 tablets with mounting
hardware into (1) Ford Ambulance and (1) Dodge Ambulance for the City of Fort Worth.
SCOPE
This section articulates the activities and services that will be considered in scope for the GTS team during
this project.
IN SCOPE
The following items are in scope during this Contract:
OFF -SITE
WAREHOUSING AND REDELIVERY OF NEW EQUIPMENT
Service Scope
• Provide warehouse local facility for receiving and storing systems in same State as Customer.
• Pricing will be based on a 30-day billing cycle on a per system basis.
• Confirm delivery locations, contacts, and schedule with customer Project Coordinator
• Sign out of equipment to be delivered.
• Deliver equipment to correct location.
• Secure acceptance documentation.
• Accept/cover risk of loss for systems while in Service Provider's possession.
• Installation services will be performed in conjunction with delivery services.
Service Specific Assumptions
• Additional charges apply per unit for any portion of 30 days and for each 30 days.
• Logistics reporting will be on a piece count basis.
• Boxes will be clearly labeled with appropriate customer delivery address.
• Order consolidation is part of this service.
ON -SITE
GTS will perform a Pilot Installation for each deployment type prior to the start of the Project.
RUGGED MOBILITY INSTALLATION
• Unpacking new Client System from shipping boxes and inspecting components for any damage
• Supply all proper installation tools and installation parts such as; tie straps, tape, connectors,
wire loom etc.) used for installation.
• Fill out Pre -Install portion of GTS Quality Check form.
• Install (1) tablet dock into each ambulance.
• Install (1) mount into each ambulance.
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
• Run 25ft ethernet cable from router to dock in each ambulance.
• Install (1) console mount into Ford Ambulance.
• Add Cradlepoint to NetCloud group
■ Remove and replace router
■ Install 5G modem
■ Install RX30 switch
■ Remove and replace antenna
• Run power for dock into each ambulance.
• Plug in customer device and confirm charging and connectivity is established.
• Removal of any installation related trash from vehicle and place in designated disposal container.
• Fill out Post -Install portion of GTS Quality Check form and receive customer sign -off.
OUT OF SCOPE
The following items are out of scope during this Contract:
• Any services not included in the In Scope section of this document.
GTS WILL PERFORM THE FOLLOWING
• GTS will appoint a project manager (PM) as the primary contact for the CUSTOMER.
• GTS will be responsible for accomplishing assigned activities within project scope and schedule
for the negotiated price.
• GTS will lead/develop requirements gathering sessions specific to document management and
workflow as needed with active participation from relevant staff.
• GTS will manage risks to ensure project quality and schedule adherence.
• GTS will provide a weekly status report to the CUSTOMER project manager.
• GTS will appoint a point of contact to communicate with CUSTOMER.
• GTS point of contact will escalate issues and needed changes to CUSTOMER project manager
as appropriate.
• GTS will review and acknowledge in writing CUSTOMER Computer usage, confidentiality and
non -disclosure policies.
• GTS will invoice CUSTOMER upon completion and CUSTOMER acceptance of each deliverable.
CUSTOMER WILL PERFORM THE FOLLOWING
• CUSTOMER will appoint a project manager (PM) as the primary contact for GTS.
• CUSTOMER will be responsible for final acceptance of deliverables.
• CUSTOMER will be available in a timely fashion to inspect completed installations and sign
associated Quality Control (QC) documentation.
• CUSTOMER will identify and assemble necessary CUSTOMER resources.
• The PM will assist the GTS with business -related activities and decisions, as necessary.
• The PM will baseline all deliverables provided by the GTS.
• The PM will assist GTS with the coordination of technical resources.
• The PM will review and make comments on GTS's progress and ensure that the deadlines,
work items, reporting, and invoicing are being met and accomplished as described in the SOW.
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
• The PM will assist with budget and procurement issues, as needed.
APPROACH
GTS will take the following approach to deliver this project:
• Discover
•
Confirm delivery locations.
•
Determine onsite contacts.
• Design
•
Create Project Plan for services.
•
Assign team leads and technicians for each location.
•
Schedule Resources and Order Equipment.
• Deliver
•
Receive equipment at GTS Integration Facility.
•
Record units for delivery.
•
Deliver to designated location.
•
Perform installation of docks and tablets.
DELIVERABLES
• The following deliverables will be developed during the term of the Contract.
No. Deliverable I Description Completion Criteria
Deployment Report Report containing a list of all CPU Once units are
1 serial numbers and the associated deployed and
location/vehicle number signoffs received
E
QC Checklist Signoff Signoff sheet by onsite contact Onsite contact signs
confirming installation and QC of document
units has been completed
ASSUMPTIONS
• Vehicles will be made available to GTS installers in a regular and timely fashion as
established in a mutually agreed upon schedule.
• In the event that vehicles are not made available within [1] hour of installation time, any
time spent beyond the projected project hours will be billed to the customer at the project
staff standard Time and Material (T&M) hourly rate.
• GTS reserves the right to refuse vehicle installation based on onsite inspection.
• If imaging is required, customer will be given a first article unit for testing and approval
before remaining units are completed. Any changes to this image will incur additional fees.
• Customer is responsible for all software licenses.
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
• The Customer Project Manager shall obtain and provide project requirements, information,
data, decisions and approvals according to the project plan unless both parties agree to a
different response time and provided the information is available from the customer.
• The Customer shall provide GTS Project personnel with reasonable and safe access to the
project site and adequate installation space, as required.
• Scope of this project is based on information gathered to -date and is subject to re-scoping
in the event additional tasks or technical issues arise. Any time spent beyond the projected
project hours will be billed to the customer at the project staff standard Time and Material
(T&M) hourly rate. Hourly work will not be performed without written approval from the
customer.
• Warehousing of customer's hardware is for a period not to exceed 30 days.
• Additional charges apply per unit for any portion over 30 days and for each 30 days.
• GTS project team assumes no responsibility for any application configurations malfunctions.
• An elevator shall be available to transport equipment between floors.
• Services will be completed for a minimum of 2 ambulances.
If final deployment falls below 95% of expected devices GTS will require a Change Order
and pricing may be subject to change.
• Service Hours:
• Business Hours — Monday through Friday 8:OOam to 5:00 pm local time (excluding State of
Texas and nationally -observed holidays).
• Outside Business Hours — (Monday — Friday) — (may incur an additional charge).
• Weekends — (may incur an additional charge).
• Holidays —(may incur an additional charge).
REPORTS AND MEETINGS
The GTS assigned Project Manager will work with CUSTOMER's assigned personnel to create the
deliverables for this project.
• GTS will document milestone completion status, issues, risks and open action items in
weekly status reports to CUSTOMER.
• Weekly status reports and associated information will be considered accepted by
CUSTOMER if not objected to in writing within 3 business days.
• GTS will conduct weekly project meetings with CUSTOMER.
• Additional meetings may be requested by CUSTOMER or GTS.
• GTS will conduct any meetings required to determine the best solution for an issue or risk.
PERIOD OF PERFORMANCE
The term of this contract begins upon full execution of this document and continues until project
completion. GTS estimates it will take approximately 2 days to complete this project.
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
PRICIN'R
BILLING
The price for the Services to be performed by GTS, applicable cancellation and rescheduling fees for the
Services are listed below. GTS will bill monthly for installation services.
No.
Services
Qty
Price (ea.)
Extended
Price
1
Ambulance Pilots
2
$1,361.37
$2,722.74
Notes:
1. Travel: Based on the discussion during the scoping of this project, travel outside of the Fort Worth
area will not be required for project completion. Travel expenses are not included in the pricing for
this project.
2. Delay of project: If the GTS deliverables are delayed by prerequisites owned or assigned to CUSTOMER
personnel a delay of project fee of $400.00 per day will be assessed.
3. Rescheduling: A rescheduling fee of $400.00 will be applied if customer requests a schedule change
under 4 days prior to original deployment date.
4. Managed Services: Milestones are considered completed at the end of the current month of service
and are billed monthly.
PAYMENT ADDRESS
GTS Technology Solutions
DEPT. 6877
P.O. Box 4264
Houston, TX 77210-4264
PROJECT ACCEPTANCE
CHANGE MANAGEMENT
When the GTS or CUSTOMER determines that a change is necessary to refine a process, procedure, or
specific responsibility identified in this SOW, the party proposing the change will document the request
using the change request form provided in Appendix A. The request will be presented in a change
management meeting where both parties will mutually agree to accept or reject the change request.
This change management meeting will be within 5 business days of the request. A conference call
between both parties that addresses the change request will be considered a change management
meeting as long as both parties are present.
The receiving party will review the proposed Change Request and determine whether the change is
acceptable or requires modifications. Both parties will review the proposed Change Request and will (i)
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
approve it, (ii) agree to further investigation, or (iii) reject it ("Change Management Process"). When the
parties agree to the change, they will sign the Change Request, which upon signing by both parties will
constitute authorization to implement the change.
ACCEPTANCE
CUSTOMER shall either accept or reject the GTS's Services or Work Product within a reasonable number
of days from performance. For this Project SOW, Services or Work Product shall be accepted or rejected
within 25 days from performance. Services or Work Product will be deemed acceptable to CUSTOMER
if it conforms in all material respects with Services described in this SOW.
• The GTS will have full responsibility for the deliverables and the tasks listed in this SOW.
• All work products will be submitted to the CUSTOMER PM for acceptance and approval.
The CUSTOMER PM may request that a deliverable outline be submitted for approval prior
to work commencing on the deliverable. All correspondence and documentation will be
delivered in both paper and electronic format unless otherwise agreed to by the GTS and
the CUSTOMER PM.
• CUSTOMER will complete a review of each submitted deliverable within five workdays from
the date of receipt. CUSTOMER feedback which indicates revisions to a deliverable are
required will be addressed and re -submitted by the GTS within ten workdays unless
approval (in writing) for a different length of time is obtained from the CUSTOMER PM or
designate.
• CUSTOMER will either accept or reject the GTS's Services or Work Product within a
reasonable number of days from performance. For this Project SOW, Services or Work
Product will be accepted or rejected within 5 days from performance completion date.
Failure to provide acceptance or rejection within 5 days will be considered acceptance of
the deliverable.
• If CUSTOMER gives notice of rejection, then the GTS will have an additional ten (10) days,
within which to cure any deficiencies identified in writing by CUSTOMER.
PROJECT COMPLETION CRITERIA
The project will be considered complete when all deliverables described in the SOW have been
accepted and approved by the CUSTOMER PM.
PAYMENT TERMS
CUSTOMER agrees to be invoiced based on completion and acceptance of each deliverable. CUSTOMER
upon receipt of the invoice(s) agrees to a net payment term of (30) days.
WARRANTY COVERAGE
• GTS Labor Warranty will be 90 days after final acceptance of installed solution.
• Service calls after 90 days will be billed to the customer based on a T&E rate.
o Any hardware failures outside of Labor Warranty period will be handled between customer and
OEM according to manufacturer Returns Material Authorization (RMA) policy.
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
INSTALLATION ITEMS COVERED UNDER WARRANTY
• Electrical.
o Any electrical devices installed by GTS upfitters (computers, mobile routers, docking stations,
etc.)
o All physical electrical wiring from the equipment to the source of power.
■ Accredited Public Safety Equipment Up -fitter (PSEU) Power Breakout. This is an electrical
breakout that has been installed by the PSEU at the time of the vehicles up -fitting. This will
be inspected to ensure it meets "Best Industry Practices" prior to using. Additionally, the
customer will have to provide written permission to use this power breakout to ensure it
does not void any PSEU warranties.
■ Customer Installed Power Breakout. This is an "End User" provisioned power breakout. It
can be used if it meets "Best Industry Practices" for automotive electrical wiring.
■ Grounding connections.
■ Power connections.
■ Ignition Sense Voltage connections.
o Consumable Items Used.
■ Wire Splices. Includes any dual walled heat shrunk or soldered wire connections, including
the crimped connection.
■ Terminal Rings. Includes any dual walled heat shrunk terminal rings used, including the
crimped connection.
■ High Heat, UV Protected Split Loom. Includes loom used for the protection of wiring runs.
■ Dual Walled Heat Shrink. Includes any sections of wiring protected by the heat shrink.
■ "Add -A -Circuit." Includes this item as used in the vehicle fuse box or in vehicle auxiliary
panels for any "Ignition Sense" voltage provisioned.
■ Fusing and Fuses. Includes all inline waterproof fuse holders and fuses. The client will be
responsible for replacing any fuses that "blow" during normal operation.
• Fasteners Used for The Installation of Equipment.
o Stainless Steel Modified Truss Screws.
o Stainless Steel Hex Slotted Drive Washered Self Drilling Screw.
o Stainless Steel Button Head Socket Cap Screw.
o Stainless Steel Nylon Insert Jam Lock Nut ("Nylok").
o Plastic UV Protected Electrical Ties.
o Industrial "Hook & Loop" (Velcro).
o Other Fasteners as used in the installation not covered by the above items.
INSTALLATION ITEMS NOT COVERED UNDER WARRANTY
• Alteration of the Original Installation by Customer or Third Parties. Any alteration of the existing
installation, causing a failure or malfunction, by the customer or by third parties will not be covered by
the warranty. This includes, but is not limited to:
o Alteration or modification of:
■ Physical Electrical Wiring. Moving wiring to a different path in the vehicle.
■ Any Electrical Connections/Connectors for Power/Ground/Ignition Sense. This includes
"tapping" any connection originally provisioned in the initial installation.
■ Splices.
■ Fusing.
■ Fasteners used in the securing of equipment, components or wiring.
o Vehicle Accidents.
o "Force Majeure" incidents.
o Any "Waste Recycling Fees."
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
o Removal and reinstallation of equipment due to a vehicle accident in which the vehicle is
"written off" as a total loss by an insurance adjuster.
o Installation or maintenance of any additional equipment not in the original installation "Scope of
Work" (SOW). Any requests for the installation or maintenance of any additional equipment will
be treated as outside of the original SOW and quoted as a separate line item.
o Any service calls deemed to be out of warranty will be charged per site visit of $175 in addition to
$40/hour T&M charge.
WARRANTY SCHEDULING
• All routine warranty trouble tickets will be addressed during the hours of 8 AM through 5 PM CST,
Monday through Friday.
WARRANTY REQUESTS
• Requests can be made via Telephone.
• Requests can be made via e-mail.
• All request will be followed up with a confirmation e-mail
WARRANTY REPORTS
• A written maintenance report will be provided via e-mail within 24 hours of the maintenance performed;
It will describe the issue and its resolution.
• Any issues not resolved in a site visit will be documented, the ticket will remain open and follow on
scheduling made. This generally will only occur if parts must be ordered.
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
The Terms and Conditions of this SOW will be in accordance with those of DIR-CPO-4754.
AUTHORIZATION
By signing below, both GTS and the Customer agree to the Terms and Conditions of this SOW.
GTS Technology Solutions
DocuSigned by:
S �,e
Signature:
Name: Tracie simental
Title: VP of services
Date: 1/16/2025
City of Fort Worth
Signature: \�/"(���/'i�a✓
Name: Mark McDaniel
Title: Deputy City Manager
Date: Jan 27, 2025
Upon execution, please submit signed document to Tracie.Simental(cDgts-ts.com
Docusign Envelope ID: 97981C31-18FE-4458-B687-9F44DD952DAD
APPENDIX A — CHANGE REQUEST FORM —A'
Change# 001 Between: GTS CUSTOMER Priority (select one) Low, Medium, High
Client Name
Change Manager
Date
Related Issue #
CONTACT INFORMATION
Prepared by
Phone Email
Change Owner
Phone Email
Client/Contractor
Phone Email
Contact
DESCRIPTION OF EXISTING STATE b
Details:
REQUESTED IMPACT 4
CHANGE ,G Cost Schedule
Details:
IMPACT b
Details:
Total Cost of this Paid By 4
Change (keep all that
apply)
Quality or Related SOW Section
Quantity
CUSTOMER
GTS CUSTOMER
Signature Signature
Name Name
GTS
M&C Review
Page 1 of 2
A CITY COUNCIL AGEND
Create New From This M&C
Official site of the City of Fort Worth, Texas
FORTWORTH
REFERENCE **M&C 24- 04GTS COOPERATIVE
DATE: 4/23/2024 NO.: 0308 LOG NAME: PURCHASE AGREEMENT DIR-
CPO-4751 AMENDMENT
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize an Amendment to City Secretary Contract No. 56415 with GTS
Technology Solutions Inc., to Increase the Annual Amount by $125,000.00 for a New
Annual Amount Up to $225,000.00 with Renewal Options for the Information Technology
Solutions Department
RECOMMENDATION:
It is recommended that the City Council authorize an amendment to City Secretary Contract No.
56415, a purchase agreement with GTS Technology Solutions Inc. using Cooperative Contract Texas
Department of Information Resources DIR-CPO-4751 for the Information Technology Solutions
Department. The amendment will increase the authorization by $125,000.00, for a total annual
contract amount of $225,000.00 with renewal options.
DISCUSSION:
The Information Technology Solutions (ITS) Department will use the purchase agreement to purchase
products necessary for the installation of refreshed mobile rugged devices for the Information
Technology Solutions Department using Cooperative Contract Texas Department of Information
Resources DIR-CPO-4751 in an annual amount up to $225,000.00 and options to renew.
Texas DIR cooperative agreements are authorized to offer the Cooperative Purchasing Program to
state agencies, public institutions of higher learning, public school districts and local governments.
Pursuant to state law, a local government that purchases goods or services under the Interlocal
Cooperation Act satisfies otherwise applicable competitive bidding requirements
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: In the event the DIR agreement is not renewed, staff would cease
purchasing at the end of the last purchase agreement coinciding with a valid DIR agreement. 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.
BUSINESS EQUITY: A goal is not assigned when purchasing from an approved purchasing
cooperative or public entity.
ADMINISTRATIVE CHANGE ORDER: An administrative change 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, the initial term of the agreement will become
effective once executed by the Assistant City Manager and will expire on March 14, 2025, in
accordance with the DIR contract. The Agreement may be renewed in accordance with the extended
http://apps.cfwnet.org/council_packet/mc review.asp?ID=32015&councildate=4/23/2024 1/21/2025
M&C Review
Page 2 of 2
DIR-CPO-4751 cooperative agreement or its successor, but will not be renewed without seeking
Council approval.
RENEWAL OPTIONS: This agreement may be renewed for 1 year, in accordance with the underlying
DIR, 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 term.
Funding is budgeted in the Other Contractual Services account within the Info Technology Systems
Fund for the ITS Asset Management Department.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendation, funds are
available in the current operating budget, as previously appropriated, in the Info Technology Systems
Fund. Prior to an expenditure being incurred, the Information Technology Solutions Department has
the responsibility to validate the availability of funds.
TO
Fund Department
Account Project
Program
Activity Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
FROM
Fund Department
Account Project
Program
Activity
Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
Submitted for Citv Manager's Office bv:
Mark McDaniel ()
Oriqinatinq Department Head:
Additional Information Contact:
ATTACHMENTS
Kevin Gunn (2015)
Sallie Trotter (8442)
04GTS COOPERATIVE PURCHASE AGREEMENT DIR-CPO-4751 AMENDMENT.docx (CFW Internal)
04GTS COOPERATIVE PURCHASE AGREEMENT DIR-CPO-4751 AMENDMENT.xlsx (CFW Internal)
Form 1295 Certificate GTS 3.8.24.r)df (CFW Internal)
http://apps.cfwnet.org/council_packet/mc review.asp?ID=32015&councildate=4/23/2024 1/21/2025