Loading...
HomeMy WebLinkAbout061968-R1 - General - Contract - Johnson Controls, Inc.Contract Renewal Notice Page 1 of 2 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE October 10, 2025 Johnson Controls, Inc. Attn: Charles R. Lee 800 Railhead Road, STE 304 Fort Worth, TX 76106 Re:Contract Renewal Notice Contract No. CSC No. 61968 (the “Agreement”) Renewal Term No. 1: September 10, 2025 to September 10, 2026 The above referenced Contract with the City of Fort Worth expires on September 10, 2025 (the “Expiration Date”). Pursuant to the Contract, the Agreement has converted into a maintenance agreement for the Services provided under the terms and conditions of the Agreement. Pursuant to the Agreement, contract renewals are by mutual written agreement of the parties. . This letter is to inform you that the City desires to renew the Contract for an additional one (1) year period, which will begin immediately after the Expiration Date. All other terms and conditions ofthe Contract remain unchanged.Please return thissigned acknowledgement letter, along with a copy of your current insurance certificate, to the address set forth below, acknowledging receipt of the Contract Renewal Notice. Failure to provide a signed acknowledgment does not affect the renewal. Please log onto PeopleSoft Purchasing at http://fortworthtexas.gov/purchasing to ensure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice, please contact me at the telephone number listed below. Sincerely, Timothy Shidal Sr. IT Business Planner, Water IT Fort Worth Water Department (817) 392-8527 Contract Renewal Notice Page 2 of 2 ACCEPTED AND AGREED: CITY: CITY OF FORT WORTH By: ___________________________ Name: Jesica McEachern Title: Assistant City Manager Date: ___________________________ APPROVAL RECOMMENDED: By: ______________________________ Name: Christopher Harder Title: Water Director ATTEST: By: ______________________________ Name: Jannette Goodall Title: City Secretary 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: ______________________________ Name: Homer Garza Title: IT Solutions Manager, Water APPROVED AS TO FORM AND LEGALITY: By: ______________________________ Name: M. Kevin Anders, II Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 23-0935 Date Approved: 10/21/2023 VENDOR: JOHNSON CONTROLS, INC. By: ______________________________ Name: Charles R. Lee Title: Market General Manager Date: ______________________________ 10/23/2025 City of Fort Worth, Mayor and DATE: 10/31 /23 Texas Council Communication M&C FILE NUMBER: M&C 23-0935 LOG NAME: 13P RFP 23-0084 BUILDING AUTOMATION SYSTEM AND MAINT AW WATER SUBJECT (ALL) Authorize Execution of an Agreement with Johnson Controls, Inc. for the One-Time Purchase of a Building Automation System and Annual Preventative Maintenance and Repair Services for the Water Department in an Annual Amount Up to $300,000.00 for the Initial Term, and Authorize Nine, One-Year Renewals in an Annual Amount Up to $20,000.00 RECOMMENDATION: It is recommended that the City Council authorize execution of an agreement with Johnson Controls, Inc. for the one-time purchase of a building automation system and annual preventative maintenance and repair services for the Water Department in an annual amount up to $300,000.00 for the initial term, and authorize nine, one-year renewals in an annual amount up to $20,000.00. DISCUSSION: The Water Department approached the Purchasing Division for assistance with securing an agreement for the one-time purchase of a building automation system and annual maintenance and repair services. The building automation system ensures the rooms within the Central Laboratory maintain their required temperature to perForm water analyses to meet Environmental Protection Agency (EPA) and Texas Commission Environmental Quality (TCEQ) regulatory requirements. Purchasing issued an Invitation to Bid (ITB) that consisted of specifications including the hardware and software requirements of the system, operations and software training required for City personnel following the installation, and warranty and support requirements. The ITB was advertised in the Fort Worth Star-Telegram on July 19, 2023, July 26, 2023, August 2, 2023, August 9, 2023, and August 16, 2023. The City received two responses. An evaluation panel consisting of representatives from the Water and Code Compliance Departments reviewed and scored the submittals using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. a. Qualifications and Capabilities b. References and related project experience c. Ability to meet City's technical requirements d. Cost of service After evaluation, the panel concluded that Johnson Controls, Inc. presented the best value. Therefore, the panel recommends that Council authorize an agreement with Johnson Controls, Inc. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor's bid met specifications. Funding is budgeted in the Water and Wastewater Department's Other Contractual Services account within the Water & Sewer Fund and in the Water FY20 Non-Fleet Equipment Purchase project within the W&S Capital Projects Fund, as appropriated. DVIN-BE: A waiver of the goal for Business Equity subcontracting requirement is approved by the DVIN-BE, in accordance with the Business Equity Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and expire one year from that date. RENEWAL TERMS: This agreement may be renewed for nine additional, one-year terms. 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. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by Best Value Criteria: relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. A Form 1295 is not required because: This contract will be with a publicly-traded business entity or a wholly-owned subsidiary of a publicly-traded business entity: Johnson Controls International PLC FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital & operating budgets, as previously appropriated, in the W&S Capital Projects Fund for the Water FY20 Non-Fleet Eqmt Pur project and in the Water & Sewer Fund to support the approval of the above recommendation and exectution of the agreement. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office b� Reginald Zeno 8517 Originating Business Unit Head: Additional Information Contact: Dana Burghdoff 8018 Reginald Zeno 8517 Chris Harder 5028 Jo Ann Gunn 8525 Alyssa Wilkerson 8357 City Secretary’s Office Contract Routing & Transmittal Slip *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Contractor’s Name: Subject of the Agreement: M&C Approved by the Council? *Yes No If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes No If so, provide the original contract number and the amendment number. Is the Contract “Permanent”? *Yes No If unsure, see back page for permanent contract listing. Is this entire contract Confidential?*Yes No If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Expiration Date: If different from the approval date. If applicable. Is a 1295 Form required?* Yes No *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number:If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes No Contracts need to be routed for CSO processing in the following order: (Approver) Jannette S. Goodall (Signer) Allison Tidwell (Form Filler) 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 Water Department Contract Routing and Transmittal Slip DOCUMENT: TO: Initials Contract Compliance Manager – Signer Rick Lisenbee – Approver Vendor – Signer Shane Zondor – Approver Jan Hale – Approver Christopher Harder – Signer M. Kevin Anders, II – Signer for Legal Jesica McEachern – Signer Katherine Cenicola – Approver Jannette S. Goodall – Signer Allison Tidwell – Form Filler Tim Shidal – Acceptor