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