Loading...
HomeMy WebLinkAbout050054-A15-U - General - Contract - Motorola Solutions, IncCSC No. __________ Fifteenth Amendment to Fort Worth City Secretary Contract No. 50054 Page 1 of 4 FIFTEENTH AMENDMENT TO FORT WORTH CITY SECRETARY CONTRACT NO. 50054 This Fifteenth Amendment to Fort Worth City Secretary Contract No. 50054 Fifteenth is made between the City of Fort Worth City,) a Texas home rule municipality, and Motorola Solutions, Inc. Vendor ) a Delaware corporation. City and Vendor WHEREAS, City and Vendor entered into an Agreement identified as City Secretary Contract No. 50054 beginning December 18, 2017 through a Houston- Galveston Area Council (H-GAC) Cooperative Contract and its successors; WHEREAS, it is the collective desire of the parties to amend the Agreement to include Exhibit A-12 Motorola Solutions Quote No. Q-59105 for the purchase of a Motorola Rave Alert subscription and related services; and WHEREAS, it is the collective desire of the parties to amend the Agreement to include Exhibit A-13 City of Worth Notice to Proceed for implementation of the Motorola Rave Alert system. NOW THEREFORE, known by all these present, the Parties, acting herein by and through their duly authorized representatives, agree to the following terms, which amend the Agreement as follows: I.AMENDMENTS 1.The Agreement is hereby amended to include Exhibit A-12 Motorola Solutions Quote No. Q-59105 for the purchase of a Motorola Rave Alert subscription and related services, attached hereto this Fifteenth Amendment, in an amount not to exceed $187,000.00 for Year 1. 2.The Agreement is hereby amended to include Exhibit A-13 City of Fort Worth Notice to Proceed for implementation of the Motorola Rave Alert system. 3.The total amount of the contract will remain unchanged, at an amount not to exceed $5,538,544.48 for Year 9 of the agreement. II.MISCELLANEOUS All other terms, provisions, conditions, covenants and recitals of the Agreement not expressly amended herein shall remain in full force and effect. [Signature Page Follows] [Executed effective as of the date signed by the Assistant City Manager below.] I [ACCEPTED AND AGREED:] City: By: Dianna Giordano (Nov 17, 202515:31:31 CST) Name: Dianna Giordano Title: Assistant City Manager Date: 11/17/2025 Motorola Solutions, Inc. By: Name: Brad Rice Title: Area Sales Manager Date: November 14, 2025 CITY OF FORT WORTH INTERNAL ROUTING PROCESS: Approval Recommended: S.Trotter (for 1<.aunn)By: 5'rotte, (fo,K.G,oo) (Nov 17, 2025 14'34'05 CST) Name: Kevin Gunn Title: Director, IT Solutions Approved as to Form and Legality: By·. (;.,�-/J/7�44, canacePagliara (Nov 17, 202515:09:29 csj Name: Candace Pagliara Title: Sr. Assistant City Attorney Contract Authorization: M&C: 24-0533 Approval Date: 06/25/2024 Form 1295: 2024-1139355 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: Lawrence Crockett {Nov 14, 202513:04:09 CST) Name: Lawrence Crockett Title: Sr. IT Solutions Manager City Secretary: By: Name: Jannette Goodall Title: City Secretary Fifteenth Amendment to Fort Worth City Secretary Contract No. 50054 Page 2 of4 Fifteenth Amendment to Fort Worth City Secretary Contract No. 50054 Page 3 of 4 EXHIBIT A-12 Motorola Solutions Quote No. Q-59105 (Attached) Firm Proposal City of Fort Worth, TX Motorola Solutions, Inc. 500 W Monroe Street, Ste 4400 Chicago, IL 60661-3781 USA November 03, 2025 Mr. Sonny Saxton 1000 Throckmorton St. Fort Worth, TX 76102 •MOTOROLA SOLUTIONS Subject: Rave Alert External Bundle, IPAWS Integration, Mobile Reach Dear Mr. Saxton, Motorola Solutions, Inc. ("Motorola") is pleased to have the opportunity to provide the City of Fort Worth with quality communications services. The Motorola project team has taken great care to propose a solution that will address your needs and provide exceptional value. To best meet the functional and operational specifications of this solicitation this solution is to provide the subscription software services for our RAVE Alert External Bundle, IPAWS integration and Mobile Reach to the City of Fort Worth. This proposal is subject to the terms, conditions and pricing of the City of Fort Worth contract #50054 (HGAC RA05-21) between the City of Fort Worth and Motorola Solutions, Inc. dated December 18, 2017, along with its Exhibits, applicable Addenda, and Exhibits. This proposal may be accepted by issuing a purchase order that specifically references this proposal and the aforementioned contract (e.g., This PO is being issued in accordance with the terms, conditions and pricing of City of Fort Worth contract #50054 between the City of Fort Worth and Motorola Solutions, Inc. dated December 18, 2017). This proposal is valid until December 05, 2025. Motorola would be pleased to address any concerns the City of Fort Worth may have regarding the proposal. Any questions can be directed to Casey Moore, Account Manager, at 817-368-8683. We thank you for the opportunity to furnish the City of Fort Worth with "best in class" solutions and we hope to strengthen our relationship by implementing this project. Our goal is to provide you with the best products and services available in th57,354.75e communications industry. Sincerely, Brad Rice Area Sales Manager Motorola Solutions, Inc. Table of Contents Section 1 Rave Subscription Software Price Quote -Q-59105 Section 2 Terms and C ond iti ons .............................................................................................................. 4 2.1 Standard Terms and Conditions of Sale .............................................................................. 4 2.2 Payment 4 Motorola Solutions Section 1 Motorola Solutions Contract: Fort Worth #50054 (HGAC RA05-21) Motorola Solutions Section 2 2.1 Standard Terms and Conditions of Sale This proposal is subject to the terms, conditions and pricing of City of Ft. Worth contract #50054 (HGAC RA05-21) between the City of Fort Worth and Motorola Solutions, Inc. dated December 18, 2017, along with its Exhibits, applicable Addenda, and Amendments. This proposal may be accepted by issuing a purchase order that specifically references this proposal and the aforementioned contract (e.g., This PO is being issued in accordance with the terms, conditions and pricing of City of Fort Worth contract #50054 between the City of Fort Worth and Motorola Solutions, Inc. dated December 18, 2017). This proposal is valid until December 05, 2025. 2.2 Payment Except for a payment that is due on the Effective Date, Customer will make payments to Motorola within thirty (30) days after the date of each invoice. Customer will make payments when due in the form of a check, cashier's check, or wire transfer drawn on a U.S. financial institution. If Customer has purchased additional Professional or Subscription services, payment will be in accordance with the applicable Addenda. Payment for the System purchase will be in accordance with the following milestones. Subscription Payment (Net 30) Year 1 -$187,000.00 -Net 30 payment from contract execution and subscription commencement Year 2 -$181,900.00 -Net 30 from subscription year 2 commencement date Year 3 -$194,633.00 -Net 30 from subscription year 3 commencement date For multi-year agreements, at the end of the first year of the Agreement and each year thereafter, a CPI percentage change calculation shall be performed using the U.S. Department of Labor, Consumer Price Index, "All Items," Unadjusted Urban Areas (CPI-U). Should the annual inflation rate increase greater than 3% during the previous year, Motorola shall have the right to increase all future maintenance prices by the CPI increase amount exceeding 3%. "All Items," not seasonally adjusted shall be used as the measure of CPI for this price adjustment. The adjustment calculation will be based upon the CPI for the most recent twelve {12) month increment beginning from the most current month available as posted by the U.S. Department of Labor (http://www.bls.gov) immediately preceding the new maintenance year. For purposes of illustration, if in Year 5 the CPI reported an increase of 8%, Motorola may increase the Year 6 price by 5% (8%-3% base). Any pricing change would be documented in a change order executed with the Customer. Motorola Solutions Fifteenth Amendment to Fort Worth City Secretary Contract No. 50054 Page 4 of 4 Exhibit A-13 City of Fort Worth Notice to Proceed (Attached) Information Technology Solutions Department IT Strategic Planning and Finance Division City of Fort Worth • 100 Fort Worth Trail, Fort Worth, TX 76102 City of Fort Worth 100 Fort Worth Trail Fort Worth, TX 76102 November 03, 2025 Motorola Solutions, Inc. (“Motorola”) 500 W. Monroe St. Chicago, IL 60661 Re: Rave Alert External Bundle, IPAWS Integration, Mobile Reach Contract Name / Number: City of Fort Worth contract #50054 (HGAC RA05-21) Proposal: Motorola Solutions Proposal for Rave Alert External Bundle, IPAWS Integration, Mobile Reach for the City of Fort Worth This Notice to Proceed (NTP) serves as authorization for Motorola Solutions to place an order and invoice for the communication equipment and services as referenced on Proposal titled Rave Alert External Bundle, IPAWS Integration, Mobile Reach and dated November 03, 2025 for the total purchase price of $563,533.00, subject to the terms and conditions of City of Fort Worth contract #50054 (HGAC RA05-21). The yearly payment schedule is: Year 1 - $187,000.00 – Net 30 payment from contract execution and subscription commencement Year 2 - $181,900.00 – Net 30 from subscription year 2 commencement date Year 3 - $194,633.00 – Net 30 from subscription year 3 commencement date The City of Fort Worth agrees to pay Motorola Solutions “Net 30 days from receiving an invoice” for the equipment and services. Title and Risk of Loss to Equipment shall pass to Customer upon shipment from Motorola. Unless otherwise agreed by the parties in writing, shipment will be made in a manner determined by Motorola. This NTP will take precedence with respect to conflicting or ambiguous terms. Customer affirms they have signatory authority to execute this contract. The contract price is fully committed and identified, including all subsequent years of contracted services, if applicable. Customer’s payment obligations for all subsequent years of contracted services, if applicable, are contingent upon the appropriation of funds by the Customer's governing body for such purpose. In the event funds are not appropriated for any subsequent fiscal year, the Customer may terminate this Agreement upon thirty (30 days’ advance notice to Motorola, effective at the end of the last fiscal year for which funds were appropriated, without penalty or further obligation. Subject to the appropriation of funds as set forth herein, the Customer will pay all invoices as received from Motorola and any changes in scope will be subject to the change order process as described in this Agreement. Motorola acknowledges the Customer may require the issuance(s) of a purchase order or notice to proceed as part of the Customer’s procurement process. However, Customer agrees that the issuance or non-issuance of a purchase order or notice to proceed does not preclude the Customer from its contractual obligations as defined in this Agreement. Information Technology Solutions Department IT Strategic Planning and Finance Division City of Fort Worth • 100 Fort Worth Trail, Fort Worth, TX 76102 Unless otherwise agreed upon in writing, invoices will be billed based on equipment shipped, services rendered, and standard payment terms and milestones. Once billed, invoices shall be sent and emailed to the Customer at the following address: Invoices should reference City of Fort Worth – IT Solutions; PO # FW004-00000XXXXX (as issued to Motorola for this purchase). The Equipment will be shipped to the Customer at the following address: 100 Fort Worth Trail Fort Worth, TX 76102 The ultimate destination address (if different from the ship to above) where the Equipment will be delivered to Customer is: 275 W 13th Street Fort Worth, TX 76102 Customer may change shipment information by giving written or electronic notice to Motorola. If you have any questions regarding this order, please feel free to contact Cody Roden at 512-934-3970 or Casey Moore at 817-368-8683. Sincerely yours, By: Name: Dianna Giordano Title: Assistant City Manager CITY COUNCIL AGENDA Create New From This M&C DATE: CODE: 6/25/2024 C REFERENCE NO.: TYPE: **M&C 24- 0533 CONSENT LOG NAME: PUBLIC HEARING: Official site of the City of Fort Worth, Texas 04MOTOROLA RADIO REFRESH CSC 50054 NO SUBJECT: (ALL) Authorize Amendment to City Secretary Contract No. 50054 with Motorola Solutions, Inc., Using Houston-Galveston Area Council Cooperative Contract No. RA05- 21 and its Successors for the Acquisition of Public Safety Radios, Associated Equipment, and Services to Increase the Authorized Year-Three Amount by $5,267,481.00 for a Revised Year-Three Amount Up to $10,981,617.00 and Authorize Three Additional Renewal Te rms with Fourth-Year Amount Up to $5,318,911.80, Fifth-Year Amount Up to $5,538,544.48, and Sixth-Year Amount Up to $5,802,233.03 for the Information Technology Solutions Department RECOMMENDATION: It is recommended that the City Council authorize an amendment to City Secretary Contract No. 50054 with Motorola Solutions, Inc. using Houston-Galveston Area Council Cooperative Contract No. RA05-21 and its successors for the acquisition of public safety radios, associated equipment, and services, to increase the authorized year-three amount by $5,267,481.00 for a revised year-three amount up to $10,981,617.00, and authorize three additional renewal terms with fourth-year amount up to $5,318,911.80, fifth-year amount up to $5,538,544.48, and sixth-year amount up to $5,802,233.03 for the Information Technology Solutions Department. DISCUSSION: The City of Fort Worth maintains a radio communications system, the North Texas Interoperable Radio Network (NTIRN), utilized by most City departments and almost 200 external government entities. On December 5, 2017, Mayor and Council Communication (M&C) C-28495 authorized a System Purchase Agreement with Motorola Solutions, Inc. (Motorola) in an initial annual amount of $1,602,101.00 using Houston-Galveston Area Council (H-GAC) Contract RA05-15 for the acquisition and implementation of radio related capabilities, and establishment of a four-year discount program for the purchase of radios, other system equipment and services. The discount program includes additional discounts of up to 20 percent off H-GAC pricing for radio equipment and a discount of up to 5 percent for services through December 17, 2025. Accordingly, the City executed City Secretary Contract No. 50054 (Agreement) with Motorola. M&C C-28495 also authorized the City to purchase similar equipment and services under successive contracts, stating if H-GAC Contract RA05-15 is not extended but H-GAC executes a new cooperative contract with Motorola with substantially similar terms as H-GAC Contract RA05-15, that M&C authorizes the City to purchase equipment and services under the new H-GAC contract. On December 14, 2021, City Council approved M&C 21-0937 authorizing an amendment to the agreement with Motorola for additional radios and other system equipment & services for three one­ year terms with a first-year amount of $1,462,800.00, second-year amount of $1,609,080.00, and third-year amount of $1,769,988.00 for a cumulative contract total up to $4,841,868.00. On June 28, 2022, City Council approved M&C 22-0496 to acquire public safety radios and associated equipment and increase the contract amount in year two by $2,797,260.00 for a revised year two amount up to $4,406,340.00. This M&C revised the cumulative contract up to $7,639,128.00. On April 23, 2024, City Council approved M&C 24-0311 authorizing an amendment to the agreement with Motorola for an additional radio tower and communication equipment in the amount of $3,944,148.00 for a revised year-three amount up to $5,714,136.00. This M&C will authorize the City to continue purchasing radios for Radio Refresh, additional radio consoles, communication equipment, and services with an increase of spend authority in the amount of $5,267,481.00 for a revised year-three amount up to $10,981,617.00 and authorize three additional renewal terms in the amount of $5,318,911.80 in year-four. Future years' expenditures are expected to rise 10 percent each year as follows: $5,538,544.48 in year five and $5,802,233.03 in year six. This M&C revised the cumulative contract up to $33,510,446.31. Year Amount Up to Year-one (FY22) $1,462,800.00 Year-two (FY23) $4,406,340.00 Year- three(FY24)* $10,981,617.00 Year-four (FY25)** $5,318,911.80 Year-five (FY26)** $5,538,544.48 Year-six (FY27)** $5,802,233.03 Total $33,510,446.31 *FY24 includes increases for Northwest radio tower, radio refresh and dispatch console additions. **FY25-FY27 includes increases for radio refresh. All other terms and conditions of the existing agreement remain the same. Funding is budgeted in the Other Contractual Services account within the Info Te chnology Systems Fund and in the CCPD Capital Projects and ITS Capital Funds for the ITS Department for the purpose of funding various projects. PRICE ANALYSIS -H-GAC provides up to a 25 percent discount off the list price for products commonly acquired by the City with no significant pricing increase compared to the last agreement approved by City Council on December 6, 2016 (M&C P-11978). In addition, Information Te chnology Solutions staff negotiated additional discounts of up to 20 percent off H-GAC pricing in an agreement with Motorola approved by City Council on December 5, 2017 (M&C C-28495) through December 2025. BUSINESS EQUITY -An M/WBE goal is not assigned when purchasing from an approved purchasing cooperative or public entity. COOPERATIVE PURCHASE -State law provides that a local government purchasing an item under a Cooperative Purchasing Agreement satisfies any state law requiring that the local government seek competitive bids for the purchase of the item. The contract was competitively bid to increase and simplify the purchasing power of government entities across the State of Te xas. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. AGREEMENT TERMS -Upon City Council's approval, the existing agreement will be renewed in accordance with H-GAC RA05-21 or its successor. RENEWAL OPTIONS -The agreement may be renewed for additional one-year terms at the City's option, in accordance with H-GAC RA05-21 or its successor. If H-GAC Contract RA05-21 is not extended but H-GAC executes a new cooperative contract with Motorola Solutions, Inc. with substantially similar terms as H-GAC Contract RA05-21, this M&C authorizes the City to purchase equipment and services under the new H-GAC contract. 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. SUCCESSOR CONTRACTS -In the event the H-GAC agreement is not renewed, staff would cease purchasing at the end of the last purchase agreement coinciding with a valid cooperative 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. The City will initially use H-GAC Contract No. RA05-21 to make purchases authorized by this M&C. As noted, H-GAC Contract No. RA05-21 expires on July 31, 2024. If H-GAC Contract No. RA05-21 is extended, this M&C authorizes the City to purchase similar equipment and supplies under the extended contracts. If H-GAC Contract No. RA05-21 is not extended, but H-GAC executes a new cooperative contract with Motorola Solutions, Inc. with substantially similar terms as H-GAC Contract No. RA05-21, this M&C authorizes the City to purchase the equipment and supplies under the new H­ GAC contract. FISCAL INF ORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating and capital budgets, as previously appropriated, in the Info Te chnology Systems Fund and in the ITS Capital and CCPD Capital Projects Funds for various projects to support the approval of the above recommendation and execution of the amendment. Prior to an expenditure being incurred, the IT Solutions Department has the responsibility to validate the availability of funds. Fund Department Account Project Program Activity Budget ID ID Year Fund Department Account Project Program Activity Budget ID ID Year Submitted for Ciw. Manager's Office by_;_ Originating DeP-artment Head: Additional Information Contact: Mark McDaniel (6316) Kevin Gunn (2015) Donlen Ruffin (2017) ATTACHMEN TS Reference# Amount Chartfield 2 Reference# Amount Chartfield 2 f ORT WORTH® City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Motorola Solutions, Inc Subject of the Agreement: Fifteenth amendment to CSC 50054 for the purchase of additional subscriptions and related services under H-GAC RA05-21 M&C Approved by the Council?* Yes ii No D If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ii No D csc 50054-A15 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes □ No ii If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes D No ii If only specific information is Confidential, please list what information is Confidential and the page it is located. Exhibit A-13 is confidential due to addresses included. Please block out the last two pages (before the M&C; 12&13) Effective Date: Expiration Date: 07/31/2026 ------------------If different from the approval date. If applicable. Is a 1295 Form required? * Yes D No ii * 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 ii No D Contracts need to be routed for CSO processing in the following order: 1.Katherine Cenicola (Approver) 2.Jannette S. Goodall (Signer) 3.Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.