HomeMy WebLinkAbout057636-A3 - General - Contract - Johnson Controls, Inc.CSC No. 57636-A3
TffiRD AMENDMENT
TO
FORT WORTH CITY SECRETARY CONTRACT NO. 57636
This Third Amendment to Fort Worth City Secretary Contract No. 57636 ("Third
Amendment") is made between the City of Fort Worth ("City,") a Texas home rule municipality,
and Johnson Controls, Inc. ("Vendor,") a Texas corporation. City and Vendor are each
individually referred to herein as a"party" and collectively referred to as the "parties."
WHEREAS, City and Vendor entered into a non-exclusive Agreement for heating
ventilation and air conditioner (HVAC) repair, maintenance, and inspection services on an as-
needed basis, identified as City Secretary Contract No. 57636, effective May 11, 2022 (the
"Agreement");
WHEREAS, on November 1, 2022, the parties executed the first amendment to the
Agreement to increase the combined annual contract amount to $4,859,222.50;
WHEREAS, on March 29, 2024, the parties executed the second amendment to the
Agreement to increase certain line items on Exhibit B, Payment Schedule and renew the
Agreement for an additional one-year term; and
WHEREAS, it is the collective desire of the parties to amend the Agreement for a third
time, to add Annual Preventative Maintenance Services far the City's HVAC Controls Software.
NOW THEREFORE, known by all these present, City and Vendor, acting herein by and
through their duly authorized representatives, agree to the following terms, which amend the
Agreement as follows:
L AMENDMENTS
1. Amendment of Scone of Services. The Agreement is hereby amended to include
Exhibit A-1, Scope of Services for Annual Preventative Maintenance of the City's HVAC Controls
Software, attached hereto and incorporated herein this Third Amendment.
2. Amendment of Price Schedule. The Agreement is hereby amended to include
Exhibit B-1, Payment Schedule, attached hereto and incorporated herein this Third Amendment,
to include additional fees as line items 26 and 27 of the Agreement's Payment Schedule.
II. MISCELLANEOUS
All other terms, provisions, conditions, covenants and recitals of the Agreement not
expressly amended herein shall remain in full force and effect.
OFFICIAL RECORD
[Signature Page Follows] CITY SECRETARY
FT. WORTH, TX
Third Amendment to Fort Worth City Secretary Contract No. 57636 Page 1 of 7
Executed effective as of the date signed by the Assistant City Manager below.
FORT WORTH:
City of Fort Worth
G�A1V�Ik��
B�7; DlannaGiordano(JaN6,70760&.78:37CS1;
Name: Dianna Giordano
Title: Assistant City Manager
Date:
O1/26/2026
Approval Recommended:
/-� �.
By:
Name: Kevin Gunn
Title: Director, IT Solutions Department
Attest:
�,h.nns= ta. % �
By: U
Name: Jannette S. Goodall
Title: City Secretary
VENDOR:
Johnson Controls, Inc.
an
a,'o� Foqt�9o0
Od
0 �'8 �0.10
P�� o=d
pdp'F °oa o�1�d
adCp nEXp`�o4'
By: � h9�
Name: Garyn Middaugh
Title: Service Manager
Date: 1-22-26
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.
BV. Steven Vandever(Jan 23, 20261325:36 CST)
J
Name: Steven Vandever
Title: Sr. IT Solutions Manager
Approved as to Form and Legality:
Ca,�c�ia,c�- Pa�Cut��
By: <«d�«� � ,�,���,�s.»�<��,_��s���,
Name: Candace Pagliara
Title: Sr. Assistant City Attorney
Contract Authorization:
M&C: 22-0814
Approval Date:10/11/2022
Form 1295: 2022-861069
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Third Amendment to Fort Worth City Secretary Contract No. 57636 Page 2 of 7
EXHIBIT A-1
SCOPE OF SERVICES
Scope of Services for Annual Preventative Maintenance of the City's HVAC Controls Software:
A. The contractor shall provide annual preventative maintenance services for the City's
HVAC Controls Software and associated control systems beginning January 10, 2026 and
ending May 10, 2027.
1.0 SERVICE DELNERY
1.1 Customer Service Agent — contractor shall dedicate a local customer service agent
responsible for maintaining a clear understanding of the agreement scope and the City's
facilities procedures and protocols
1.2 Scheduling
1.2.1 Preventative maintenance services shall be scheduled using Contractor's
automated service management system
L2.2 In advance of a scheduled service visit, the assigned technician shall receive a
notice of service on a smartphone device. Upon acknowledgement of the request,
the customer service agent shall contact the on-site facility representative by
phone or email to confirm the service start date and type of service scheduled
1.2.3 Upon arrival, the assigned technician shall wear personal protective equipment
provided by the contractor, perform the City approved tasks, and obtain a City
employee's signature on the smartphone device to confirm completion of service
1.2.4 A work order documenting the completed service shall then be provided via
email, fax, or printed for the City's records
1.3 Emergency Services
1.3.1 Contractor shall provide the City with emergency services 7 days a week, 24
hours a day, 365 days a year
1.3.2 During normal business hours, emergency services shall be coordinated by the
customer service agent assigned to the City
1.3.3 After hours, on weekends, and during holidays, emergency service requests shall
be transferred to the contractors after-hours call center and on-call technicians
shall be dispatched as needed
Third Amendment to Fort Worth City Secretary Contract No. 57636 Page 3 of 7
1.3.4 Contractor is committed to dispatching a technician promptly after receiving an
emergency call, depending on the agreement terms, charges may apply for after-
hour services.
1.4 Communication
1.4.1 Contractor shall provide City with a detailed communication plan documenting
the frequency and method by which Contractor will provide information
regarding services performed under this Exhibit
1.4.2 Contractor shall include contact information for the assigned customer service
agent and other key Contractor personnel responsible for service delivery
1.5 Approval process for non-covered items
L5.1 Contractor shall not perform any work or services outside the scope of the
Agreement without the City's prior written approval
2.0 SUMMARY OF SERVICES AND OPTIONS
2.1 Comprehensive and Operational Inspections
2.1.1 During comprehensive and operational inspections, Contractor shall perform
routine checks of covered equipment to identify common issues resulting from
normal wear and tear
2.1.2 Contractor shall provide routine maintenance appropriate to the equipment being
serviced, including cleaning, tightening of connections, calibration, and
verification of system performance within HVAC controls software, supervisory
systems, and associated control devices
2.2 Metasys Software Subscription
2.2.1 Contractor shall provide the most recent Metasys software releases supported by
the City's existing hardware and operating systems for the duration authorized
under the Agreement
2.2.2 Software updates shall be limited to versions supported by the City's existing
hardware and operating systems. Contractor shall not modify the City's network,
firewall, or cybersecurity configurations unless expressly authorized in writing
by the City
2.3 Customer Portal / Service Information Access
2.3.1 Contractor shall provide the City with access to the Contractor's customer portal
to allow secure access to service-related information
Third Amendment to Fort Worth City Secretary Contract No. 57636 Page 4 of 7
2.3.2 The City shall be able to view service call history by location, monitor
agreements, as well as view asset and invoice information
3.0 SCOPE OF SERVICES
3.1 Contractor shall provide preventative maintenance services at City approved facilities
3.2 Extended Service Options for Premium Coverage
3.2.1 If premium coverage is selected and approved by the City, Contractor shall
provide on-site repair services for covered equipment as defined in the
Agreement
3.2.2 Basic coverage shall include scheduled preventative maintenance visits only and
shall exclude repair, labor, parts, materials, and refrigerant unless otherwise
authorized in writing by the City
3.3 Equipment List
3.3.1 Only the equipment identified shall be covered under this Exhibit. Any additions
or deletions must be approved in writing by the City
3.4 Refrigerant Charges
3.4.1 Refrigerant is not included under this Exhibit and shall be billed separately only
if authorized in writing by the City
4.0 SCHEDULE A— EQUIPMENT LIST
Equipment
Description
Controls, Software
Sup ervi sory/S erver/UI
(ADX 25-User Site
Director
Controls — Metasys
Performance
Verification (1
Engine)
Controls — Generic
Input/Output (0-20
Points)
Quantity
1
1
1
Coverage Level Services Included
Basic 1-Year software
subscription;
install/upgrade on
split ADX servers
Basic
1 performance
veriiication
Basic
3 comprehensive
inspections
Third Amendment to Fort Worth City Secretary Contract No. 57636 Page 5 of 7
5.0 EQUIPMENT TASKING
5.1 Comprehensive — Tasking may include backing up existing control programs, verifying
sequences of operation, validating sensors and control devices, inspecting control
panels, tightening electrical connections, and documenting observations for City
review
5.2 Performance verification — performance verification may include supervisory device
communication checks, system and database backups, diagnostic review, and
completion of performance verification reports with the City
5.3 Controls Software, Supervisory/Server/UI, Johnson Controls, ADX — contractor shall
install, upgrade, maintain, and verify proper operation of controls software and
supervisory systems, including ADX and Metasys platforms, in accordance with
manufacturer recommendations and City-approved procedures
6.0 CITY'S RESPONSIBII,ITIES
6.1 City must provide all relevant information regarding equipment and premises and
provide reasonable access for Contractor to perform services
6.2 City must operate, test, maintain, and repair the equipment in accordance with
manufacturer and Contractor recommendations and notify Contractor promptly of any
known issues
Third Amendment to Fort Worth City Secretary Contract No. 57636 Page 6 of 7
EXHIRTT R-1
PAYMENT SCHEDULE
Line Item
26
27
Description
Preventative Maintenance, HVAC Controls System
and Software (Metasys Software)
Preventative Maintenance, Year 1 (1/10/2026-
5/10/2026)
Preventative Maintenance, HVAC Controls System
and Software (Metasys Software)
Preventative Maintenance, Year 2 (5/10/2026-
5/ 10/2027 )
UOM Price
YR $23,870.05
YR $26,019.00
Third Amendment to Fort Worth City Secretary Contract No. 57636 Page 7 of 7
1/26/26, 9:24AM
CITY COUNCIL AGENDA
Create New From This M&C
DATE: 10/11/2022 REFERENCE **M&C 22-
NO.: 0814
�C�RT ��`O�TI I
-��
LOG NAME: 251NCREASE CSC57636 ITB
22-0055 HVAC JCI 104041-43
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 9) Authorize Amendment No. 1 to City Secretary Contract 57636, a Non-Exclusive
Purchase Agreement with Johnson Controls, Inc. for Heating Ventilation and Air
Conditioner Repair, for a One-Time Increase in the Amount of $817,311.00, for the Public
Events Department Capital Improvement Projects at the Fort Worth Convention Center,
Increasing the Amount Up to $4,859,222.50 for the Aggregate of Contracts Awarded in the
Initial Contract Term
RECOMMENDATION:
It is recommended that City Council authorize Amendment No.1 to City Secretary Contract 57636, a
Non-Exclusive Purchase Agreement with Johnson Controls, Inc. for heating ventilation and air
conditioner repair, for a one-time increase in the amount of $817,311.00, for the Public Events
Department capital improvement projects at the Fort Worth Convention Center, increasing the amount
up to $4,859,222.50 for the aggregate of contracts awarded in the initial contract term.
DISCUSSION:
This Mayor and Council Communication (M&C) authorizes Amendment No.1 to City Secretary
Contract (CSC) 57636 for an increase in the initial term of the agreement awarded to Johnson Control,
Inc. under Invitation to Bid (ITB) 22-0055 to specifically accomplish the needed heating ventilation and
air conditioner (HVAC) capital improvements at the Fort Worth Convention Center (FWCC), for which
the Public Events Department (PED) was uncertain of resource availability for funding in Fiscal Year
(FY) 2022 at the time of the original bid and award.
The Property Management, Transportation and Public Works, Public Events, Aviation, Parks, and
Water Departments approached the Purchasing Division to procure an annual agreement for HVAC
Repair, Maintenance, and Inspection. The Purchasing Division issued ITB 22-0055 on January 26,
2022. The bid consisted of detailed specifications regarding HVAC Repair and Maintenance services.
The ITB was advertised in the Fort Worth Star-Telegram from January 26, 2022 through February 16,
2022 and three responses were received. Staff evaluated the responses based on a Best-Value
Criteria at which time Johnson Controls, Inc was determined to present the best value to the City.
Multiple vendors, including Johnson Controls, Inc. were awarded contracts with an aggregate annual
amount up to $4,041,911.50, with the actual amount used to be based on the needs of the
departments and the availability of budget, as approved by M&C 22-0331 on May 10, 2022.
Due to continued uncertainty in the stability of the Culture and Tourism funds and the impact on
resuming facility renovations and repairs, in December of 2021 when the procurement process for
HVAC services began, PED did not include these capital projects in the annual spending estimates
submitted to the Purchasing Department. As Hotel Occupancy Tax and facility revenue at the FWCC
have improved over FY 2022, revenue stability began being reestablished post-pandemic and PED
capital improvement initiatives are being revived, PED now seeks to address these important facility
needs at the FWCC and therefore is requesting the amendment for the one-time increase in contract
capacity specifically for these projects.
Amendment No.1 to City Secretary Contract 57636 with Johnson Controls, Inc will increase the
amount in the first-term of the agreement (May 2022- May 2023) by $817,311.00 for the Public Events
Department for capital repairs on HVAC equipment, air handing until motor replacements, variable
speed drive and pump motor replacements for the FWCC. Johnson Controls, Inc. conducted the
original installation of the entire HVAC system after the last renovation in 1994 and has experience
with installing, repairing, and replacing HVAC components at the FWCC. All components of the PED
M&C Review
apps. cfwnet.org/council_packeUmc_review.asp?I D=30366&councildate=10/11 /2022 1 /3
1/26/26, 9:24AM
M&C Review
capital projects are included in and quoted as in compliance with the stipulated contractually binding
terms of the existing CSC 57636 agreement with Johnson Controls, Inc. This amendment increases
the first term of the agreement with Johnson Controls, Inc by $817,311.00 after which the annual
amount for the remaining terms of the contract going forward will remain consistent with the current
authorized non-exclusive purchasing agreement.
FWCC HVAC System Upgrade (City Project No. 104041): The HVAC systems providing climate
control to the FWCC have exceeded their life expectancy. The motors that operate the supply and
return fans range from 10 to 20 years old or older, causing the system to operate inefficiently.
Recommended remediation is to remove and replace (72) of the supply & return fan motors. The time
from ordering these fan motors to their installation is 24 weeks due to current supply chain issues. The
total cost for this project is $345,000.00 (removal and replacement of equipment; repairing and
replacing power wiring; conduit installation; and system calibration).
FWCC Variable Speed Drivers Replacement (City Project No. 104042): The HVAC systems providing
climate control to the FWCC have exceeded their life expectancy. The variable speed drives (VSD) are
difficult to repair due to obsolete repair parts. Additionally, the current VSDs are no longer in
production. The recommended remediation for this deficiency is the replacement of (48) current
antiquated VSDs for (48) premium, high efficiency ABB VSDs. The time from ordering these ABB
VSDs to their installation is 36 weeks due to current supply chain issues. The total cost for this project
is $385,000.00 (removal and replacement of equipment; repairing and replacing power wiring; conduit
installation; and system calibration).
FWCC Pump Motor Replacement (City Project No. 104043): The HVAC systems providing climate
control to the FWCC have exceeded their life expectancy. The currently installed pump motors are
inefficient and difficult to repair due to obsolete repair parts. Additionally, the current pump motors are
no longer in production. The recommended remediation for this deficiency is the replacement of (26)
currently installed circulating pump motors for (22) premium, high efficiency circulating pump motors;
(2) hot-water pump motors and (2) cold-water pump motors at the Central Utility Plant. The time from
ordering these pump motors to their installation is 8 weeks due to current supply chain issues. The
total cost for this project is $97,000.00 (removal and replacement of equipment; repairing and
replacing power wiring; conduit installation; and system calibration).
FUNDING: Available funding for this M&C increase of $817,311.00 for Johnson Controls, Inc.,
specifically for one-time use on capital improvements at FWCC, was appropriated in FY2022 of the
FY2022-2026 Capital Improvement Program, Culture and Tourism Cap Projects and Public Events
Capital Funds, in the FWCC Repair and Renovation Programmable project (City Project No. P00053)
as approved by Ordinance 25073-09-2021. Appropriations and receipts to cover this contract increase
have been established in the three projects, from the FY2022 programmable project appropriation, as
described in this M&C.
BUSINESS EQUITY: 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 as provided in
M&C 22-0331 on May 10, 2022.
AGREEMENT TERMS: Upon City Council approval, the agreement will be amended and be
applicable only to the remainder of the initial term of the agreement beginning upon execution through
the expiration on May 10, 2023.
RENEWAL OPTIONS: This amendment has no impact on the renewal stipulation as awarded in the
original agreement, CSC 57636 in M&C 22-0331 on May 10, 2022.
ADMINISTRATIVE CHANGE ORDER: This M&C authorizes an increase in compliance with the
amount allowed by relevant law and the Fort Worth City Code.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the Culture and Tourism Cap Projects and Public Events Capital Funds for the FWCC
HVAC System Upgrade, the FWCC VFD Replacement and the FWCC Water Pump and Motor
Repl projects to support the approval of the above recommendation and execution of the amendment
to the contract. Prior to any expenditure being incurred, the Public Events Department has
the responsibility to validate the availability of funds.
apps. cfwnet.org/council_packeUmc_review.asp?I D=30366&councildate=10/11 /2022 2/3
1/26/26, 9:24AM M&C Review
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund I Department � Account Project Program Activity Budget I Reference # Amount
ID ID Year (Chartfield 2) ,
Submitted for City Manager's Office by_
Originating Department Head:
Additional Information Contact:
Reginald Zeno (8517)
Michael Crum (2501)
Keith Chisolm (2525)
ATTAC H M ENTS
CSC57636-A1-ExhibitA.pdf (Public)
CSC57636-A1 JCl.docx (Public)
CSC57636 JCI-Term1 22-23 Dept&Amt.pdf (CFW Internal)
FID TABLE -25-INCREASE CSC57636 ITB 22-0055 HVAC JCI 104041-43.xlsx (CFW Internal)
Waiver 22-0055 HVAC Repair Services 01122022.pdf (Public)
apps. cfwnet.org/council_packeUmc_review.asp?I D=30366&councildate=10/11 /2022 3/3
F�RT` ��RTH�
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Johnson Controls, Inc.
Subject of the Agreement: Third Amendment to Non-Exclusive HVAC Vendor Services Agreement CSC No. 57636
M&C Approved by the Council? * Yes 0 No ❑
If so, the M&C must be attached to the cont�act.
Is this an Amendment to an Existing contract? Yes 0 No ❑ 57636-A3
If so, provide the original contract nurnbeY and the amendinent number.
Is the Contract "Permanent"? *Yes ❑ No 8
If unsuNe, see back page foN permanent cont�^act listing.
Is this entire contract Confidentiial? *Yes ❑ No 8 Ifonly specific info�mation is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: 05/11/2025 Expiration Date: 05/10/2026
If �different from the approval date. If �applicable.
Is a 1295 Form required? * Yes 8 No ❑
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: Ifapplicable.
*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 nrocessin� in the followin� order:
L Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. A1lison Tidwell (Form Fi11er)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.