Loading...
HomeMy WebLinkAbout056415-A4R5 - General - Contract - GTS Technology Solutions, Inc.Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B CSC No. 56415-A4 R5 FOURTH AMENDMENT AND FIFTH RENEWAL TO FORT WORTH CITY SECRETARY CONTRACT NO. 56415 This Fourth Amendment and Fifth Renewal is entered into by and between the City of Fort Worth ("City,") a Texas home rule municipality, and GTS Technology Solutions, Inc. ("Vendor"). 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 an Agreement identified as Fort Worth City Secretary Contract No. 56415, effective October 4, 2021 (the "Agreement,") utilizing the Texas Department of Information Resources ("DIR") Contract No. DIR-CPO-4751 ("the "Cooperative Agreement"); WHEREAS, on December 17, 2025, the City issued City Secretary Contract No. CSC 56415-NR1 as official notice of non -renewal of the Agreement, and the parties now desire to retract such notice; WHEREAS, on February 9, 2026, DIR and Vendor executed a replacement to the Cooperative Agreement, DIR-CPO-6144 (the "Successor Contract"); WHEREAS, the current term of the Agreement expires March 13, 2026; WHEREAS, it is now the collective desire of the parties to amend the Agreement to incorporate and align its terms with the Successor Contract and renew the Agreement for an additional one-year renewal term; and WHEREAS, it is also the collective desire of the parties to revise the annual amount of the Agreement to a reduced annual amount not to exceed $100,000.00 and add four (4) additional one-year renewal options WHEREAS, the parties further desire to incorporate Exhibit A-4, Statement of Work for the Dock Swap Installation Services for four (4) vehicles for the City of Fort Worth in the amount of $1,161.84. NOW, THEREFORE, the parties, acting herein by the through their duly authorized representatives, enter into the following agreement: OFFICIAL RECORD I. AMENDMENTS CITY SECRETARY FT. WORTH, TX 1. The Agreement is hereby amended to retract the non -renewal notice issued on December 17, 2025 and continue use of the Agreement 2. The Agreement is hereby amended to amended to incorporate and align its terms with the Successor Contract, DIR-CPO-6144, attached hereto to this Fourth Amendment and Fifth Renewal as Exhibit A-1 and Exhibit B-1 of the Agreement, to be effective upon the next renewal. Fourth Amendment and Fifth Renewal to Fort Worth City Secretary Contract No. 56415 Page 1 of 6 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B 1. The Agreement is hereby amended to revise the total annual amount of the Agreement to a reduced annual amount not to exceed $100,000.00 and to add four (4) additional one-year renewal options. 2. The Agreement is hereby amended to include Exhibit A-4, Statement of Work for the Dock Swap Installation Services for four (4) vehicles for the City of Fort Worth in the amount of $1,161.84, attached hereto and incorporated into the Agreement. IL RENEWALS The Agreement is hereby renewed for a one-year Renewal Term beginning March 14, 2026 and set to expire February 9, 2027, in alignment with the Successor Contract. III. 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] Fourth Amendment and Fifth Renewal to Fort Worth City Secretary Contract No. 56415 Page 2 of 6 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B [Executed effective as of the date signed by the Assistant City Manager below.] / [ACCEPTED AND AGREED:] City: GTS Technology Solutions, Inc. �By: Dianna Giordano (M2026 10:55:53 CDT) By: Name: Dianna Giordano Name: Title: Assistant City Manager I Title: Date: 03/23/2026 F�Docby: uSigned SiAV� Traae (men a Vice President of Services Date: 3/6/26 CITY OF FORT WORTH INTERNAL ROUTING PROCESS: Approval Recommended: By: -- Name: Kevin Gunn Title: Director, IT Solutions Approved as to Form and Legality: B Cclndcloe Pa1 y• Candace Pagliara (Mar 19, 202 :49:46 CDT) Name: Candace Pagliara Title: Sr. Assistant City Attorney Contract Authorization: M&C: 24-0308 Approval Date: 4/23/2024 Form 1295: 2024-1132957 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 Name: Jeff Park Title: Sr. IT Solutions Manager 4,ag4UUQ�q City Secretary: FORro�d �a oo o A y aaaaIl� .. 45aap By: Name: Jannette Goodall Title: City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Fourth Amendment and Fifth Renewal to Fort Worth City Secretary Contract No. 56415 Page 3 of 6 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B Exhibit A-1 DIR-CPO-6144 Pricing Index (Attached) Fourth Amendment and Fifth Renewal to Fort Worth City Secretary Contract No. 56415 Page 4 of 6 nnrncirin FmiAnna in. RRdn7RC5_AFF3_d1AO-Ar)FF_FFonr%OQ7A17R •Enforcement,• EEL -- Brand GTS Technology Solutions, Inc. APPENDIX C - PRICING INDEX DIR-CPO-6144 Security Monitoring Technology Productsand Services DISCOUNT OF Category/Subcategory Price Absolute Software 4.25% EACH/Per Unit Airgain Software 5.00% EACH/Per Unit Axis Communications Software 5.00% EACH/Per Unit BlackFog Software 2.00% EACH/Per Unit BlackFog Related Services 2.00% EACH/Per Unit Bosch Software 24.00% EACH/Per Unit CCS Software 5.00% EACH/Per Unit Ericsson Software 10.00% EACH/Per Unit Getac Software 4.00% EACH/Per Unit Getac Related Services 4.00% EACH/Per Unit Hanwha Software 20.00% EACH/Per Unit Kognition Software 4.00% EACH/Per Unit Nextivity Software 7.00% EACH/Per Unit Peplink Software 10.00% EACH/Per Unit Semtech(Sierra Wirless) Software 8.25% EACH/Per Unit Verkada Software 18.00% EACH/Per Unit Verkada Related Services 5.00% EACH/Per Unit Zebra Software 12.00% EACH/Per Unit Zero Eyes Software 5.00% EACH/Per Unit Zero Eyes 2. Hardware Airgain Related Services Antennas 1.00% 16.50% EACH/Per Unit EACH/Per Unit Axis Communications Body Worn Cameras 24.00% EACH/Per Unit Axis Communications Video Surveillance Systems 24.00% EACH/Per Unit Axis Communications Imaging Systems for Unmanned Vehicles 24.00% EACH/Per Unit Axis Communications In -Car Equpiment 24.00% EACH/Per Unit Axis Communications Surveillance and Security Monitoring 24.00% EACH/Per Unit Bosch Video Surveillance Systems 23.00% EACH/Per Unit Bosch Body Worn Cameras 23.00% EACH/Per Unit Bosch Access Control Systems 23.00% EACH/Per Unit Bosch Protective Signaling Systems 23.00% EACH/Per Unit Bosch Fire Alarm Systems 23.00% EACH/Per Unit CCS Wireless Vehicle Safety Communications 5.00% EACH/Per Unit nnrncirin FmiAnna in. RrdAn7RC5_AFF3_d1AO-AIIFF_FFonr%1Q7A17R •Enforcement,• Brand Ericsson GTS Technology Solutions, Inc. APPENDIX C - PRICING INDEX DIR-CPO-6144 Security Monitoring Technology Category/Subcategor Wireless Vehicle Safety Communications Productsand Services DISCOUNT OF Price 12.75% EACH/Per Unit Ericsson Intelligent Vehicle Technologies 12.75% EACH/Per Unit Ericsson Electronic Monitoring 12.75% EACH/Per Unit Ericsson Public Safety Communcations Infrastructure 12.75% EACH/Per Unit Getac Body Worn Cameras 15.00% EACH/Per Unit Getac In -Car Equpiment 15.00% EACH/Per Unit Getac Video Surveillance Systems 15.00% EACH/Per Unit Getac Electronic Citation Systems 15.00% EACH/Per Unit Getac Fleet Management 15.00% EACH/Per Unit Hanwha Video Surveillance Systems 20.00% EACH/Per Unit Hanwha Imaging Systems for Unmanned Vehicles 20.00% EACH/Per Unit Hanwha Access Control Systems 20.00% EACH/Per Unit Hanwha Biometric Identification Systems 20.00% EACH/Per Unit Hanwha Surveillance and Security Monitoring 20.00% EACH/Per Unit Havis Vehicle Mounted Equipment 4.00% EACH/Per Unit Havis Fleet Management 37.00% EACH/Per Unit Havis In -Car Equpiment 37.00% EACH/Per Unit Kognition Video Surveillance Systems 4.00% EACH/Per Unit Nextivity Back -End Storage Solutions 10.00% EACH/Per Unit Nextivity Wireless Vehicle Safety Communications 10.00% EACH/Per Unit Nextivity Emergency Warning Systems for Vehicles 10.00% EACH/Per Unit Nextivity Intelligent Vehicle Technologies 10.00% EACH/Per Unit Panorama Vehicle Mounted Equipment 18.00% EACH/Per Unit Panorama Fleet Management 18.00% EACH/Per Unit Panorama Wireless Vehicle Safety Communications 18.00% EACH/Per Unit Parsec Antennas Vehicle Mounted Equipment 10.00% EACH/Per Unit Parsec Antennas Fleet Management 10.00% EACH/Per Unit Parsec Antennas Wireless Vehicle Safety Communications 10.00% EACH/Per Unit Peplink Vehicle Mounted Equipment 10.00% EACH/Per Unit Peplink Wireless Vehicle Safety Communications 10.00% EACH/Per Unit Peplink Fleet Management 10.00% EACH/Per Unit Peplink Surveillance and Security Monitoring 10.00% EACH/Per Unit Semtech(Sierra Wirless) Vehicle Mounted Equipment 8.25% EACH/Per Unit Semtech(Sierra Wirless) Wireless Vehicle Safety Communications 8.25% EACH/Per Unit Semtech(Sierra Wirless) Fleet Management 8.25% EACH/Per Unit nnrncirin FmiAnna in. RrdAn7RC5_AFF3_d1AO-AIIFF_FFonr%1Q7A17R GTS Technology Solutions, Inc. APPENDIX C — PRICING INDEX DIR-CPO-6144 •Enforcement,• Security Monitoring Technology Productsand Services Brand Category/Subcategor DISCOUNT OF Semtech(Sierra Wirless) Electronic Monitoring Price 8.25% EACH/Per Unit Verkada Video Surveillance Systems 18.00% EACH/Per Unit Verkada License Plate Recognition 18.00% EACH/Per Unit Verkada Electronic Monitoring 18.00% EACH/Per Unit Verkada Surveillance and Security Monitoring 18.00% EACH/Per Unit Zebra Electronic Citation Systems 15.00% EACH/Per Unit Zebra In -Car Equipment 15.00% EACH/Per Unit Zebra Fleet Management 15.00% EACH/Per Unit Zebra Surveillance and Security Monitoring 15.00% EACH/Per Unit Surveillance and Security Monitoring, Video Surveillance Systems, 5.00% EACH/Per Unit Zero Eyes 3. Services Electronic Monitoring, Public Safety Hardware GTS White Glove Services Per Scope of Work 20.00% GTS Public Safety Services Per Scope of Work 20.00% GTS Audio Visual Services Per Scope of Work 20.00% GTS Project Management Per Hour 20.00% GTS Design and Consultation Per Scope of Work 20.00% GTS Storage Related Services 20.00% Per Scope of Work Related Services /Professional GTS Provided4. Services by the Prime Vendor Maintenance Services 20.00% Annually GTS Training Services 20.00% Per Day and Seat GTS Break/Fix Services 20.00% Per Occurance Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B Exhibit A-4 Statement of Work for the Dock Swap Installation Services (Attached) Fourth Amendment and Fifth Renewal to Fort Worth City Secretary Contract No. 56415 Page 5 of 6 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B TECHNOLOGY SOLUTIONS AN EMPLOYEE -OWNED COMPANY Docking Station Vehicle Installation Statement of Work By and Between GTS Technology Solutions 9211 Waterford Centre Blvd. Ste. 275 Austin, TX 78758 _1•l City of Fort Worth Submission Date: 01/21/2026 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B Executive summary .............................................. Purpose............................................................ Scope............................................................... InScope........................................................... Off -Site ......................................................... On -Site ......................................................... Out of scope ..................................................... Roles and responsibilities ..................................... GTS will perform the following .......................... Customer will perform the following ................. Approach.......................................................... Deliverables...................................................... Assumptions..................................................... Reports and meetings ....................................... Period of performance ...................................... Pricing.................................................................. Billing............................................................... Payment address .............................................. Project acceptance ............................................... Change management ........................................ Acceptance....................................................... Project completion criteria ............................... Payment terms ................................................. Warranty.............................................................. Warranty Coverage ........................................... Installation Items Covered Under Warranty...... Installation Items Not Covered Under Warranty Warranty Scheduling ........................................ ............................................................................................ 4 ............................................................................................ 4 ............................................................................................ 4 ............................................................................................ 4 ............................................................................................ 4 ............................................................................................ 4 ............................................................................................ 5 ............................................................................................ 5 ............................................................................................ 5 ............................................................................................ 5 ............................................................................................ 5 ............................................................................................ 6 ............................................................................................ 6 ............................................................................................ 7 ............................................................................................ 7 ............................................................................................ 8 ............................................................................................ 8 ............................................................................................ 8 ............................................................................................ 8 ............................................................................................ 8 ............................................................................................ 9 ............................................................................................ 9 ............................................................................................ 9 ..........................................................................................10 ..........................................................................................10 ..........................................................................................10 ..........................................................................................11 ..........................................................................................11 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B Warranty Requests ......................................... Warranty Reports ........................................... Terms and Conditions ......................................... Authorization and Acceptance ............................ Appendix a — change request form ..................... .........................................................................11 .........................................................................11 .........................................................................12 .........................................................................12 .........................................................................13 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B PURPOSE GTS has been requested to provide services to install new docking stations into (4) vehicles 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 items 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. • Installation will be into the following equipment: ■ 2024 Toyo Tacoma ■ 2024 Toyo Tacoma Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B ■ 2017 Chevy Colo ■ 2020 Ford Escape • Install mounting equipment. • Install new Cradlepoint docking station • 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. • The PM will assist with budget and procurement issues, as needed. APPROACH Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B 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 unit for delivery. • Deliver to designated location. • Perform installation of dock and mounting equipment. DELIVERABLES • The following deliverables will be developed during the term of the Contract. No. Deliverable Description Completion Criteria Deployment Report Report containing a list of all Once units are 1 hardware deployed and signoffs received 2 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 [11 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. • 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. Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B • 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 will perform installation for a minimum of 4 vehicles. • GTS project team assumes no responsibility for any application configurations malfunctions. • An elevator shall be available to transport equipment between floors. • Service Hours: • Business Hours — Monday through Friday 8:00am 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 1 day to complete this project. The project will be complete upon the installation of all hardware on. Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B I BILLING The price for the Services to be performed by GTS, applicable cancellation and rescheduling fees for the Services are listed below. Hardware invoicing will be upon receipt at GTS facility, and on a monthly basis for installation or deployment services up to that point. No. Services Qty Price (ea.) Extended Price 1 Docking Station Installation 4 $290.46 $1,161.84 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. Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B 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) 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. Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B 7 WARRANTY 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. 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. Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B 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." 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: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B The Terms and Conditions of this SOW will be in accordance with those of DIR-CPO-4754. AUTHORIZATION AND ACCEPTANCE By signing below, both GTS and the Customer agree to the Terms and Conditions of this SOW. GTS Technology Solutions City of Fort Worth D—Signed by: Si w�a t GiAl W1A— Signature: Signature. Dianna Giordano (Mar 23, 202610:55:53 CDT) fiEiEB6E�AB96+i7B... Name: Tracie Simental Name: Dianna Giordano Title: Vice President of Services Date: 3/6/25 Title: Assistant City Manager Date: 03/23/2026 Upon execution, please submit signed document to Tracie.Simental@gts-ts.com Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B Change# 001 GTS CUSTOMER Priority (select one) Low, Medium, High Client Name Date Change Manager Related Issue # CONTACT INFORMATION Prepared by Phone Email Change Owner Phone Email Client/Contractor Contact Phone Email DESCRIPTION OF EXISTING STATE b Details: REQUESTED CHANGE,G IMPACT 4 Cost Schedule Quality or Quantity Related SOW Section Details: I M PACT b Details: Total Cost of this Change Paid By 4 (keep all that apply) CUSTOMER GTS GTS CUSTOMER Signature Signature Name Name Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B Exhibit B-1 DIR Contract No. DIR-CPO-6144 (Attached) Fourth Amendment and Fifth Renewal to Fort Worth City Secretary Contract No. 56415 Page 6 of 6 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B STATE OF TEXAS DEPARTMENT OF INFORMATION RESOURCES MASTER COOPERATIVE CONTRACT GTS Technology Solutions, Inc. 1 INTRODUCTION 1.1 Parties This contract for Law Enforcement, Surveillance, and Security Monitoring Technology Products and Services (this "Contract") is entered into between the State of Texas, acting by and through the Department of Information Resources (hereinafter "DIR") with its principal place of business at 300 West 15t" Street, Suite 1300, Austin, Texas 78701, and GTS Technology Solutions, Inc. a Texas Corporation (hereinafter "Successful Respondent"), with its principal place of business at 9211 Waterford Centre Blvd. #275, Austin, Texas 78758. This contract becomes effective on the date on which the last party to sign affixes its signature. 1.2 Compliance with Procurement Laws This Contract is the result of compliance with applicable procurement laws of the State of Texas. DIR issued a solicitation on the Comptroller of Public Accounts' Electronic State Business Daily, Request for Offer DIR-CPO-TMP-594 on June 19, 2025, for Law Enforcement, Surveillance, and Security Monitoring Technology Products and Services (the "RFO"). Upon execution of all Contracts, a notice of award for DIR-CPO-TMP-594, shall be posted by DIR on the Electronic State Business Daily. 1.3 Order of Precedence For transactions under this Contract, the order of precedence shall be as follows: 1. This Master Cooperative Contract; 2. Appendix A, Standard Terms and Conditions; 3. Appendix B, Successful Respondent's then current VetHUB Subcontracting Plan (HSP); 4. Appendix C, Pricing Index; 5. Exhibit 1, RFO DIR-CPO-TMP-594, including all Addenda; Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B DIR Contract No. DIR-CPO-6144 GTS Technology Solutions, Inc. — 742339797 6. Exhibit 2, Successful Respondent's Response to RFO DIR-CPO-TMP-594, including all Addenda. 1.4 Definitions Capitalized terms used but not defined herein have the meanings given to them in Appendix A, Standard Terms and Conditions. 2 TERM OF CONTRACT The initial term of this Contract shall be up to two (2) years commencing on the date of the last signature hereto (the "Initial Term"), with one (1) optional two-year renewal and one (1) optional one-year renewal (each, a "Renewal Term" and together with the "Initial Term," the "Term"). Prior to expiration of the Initial Term and each Renewal Term (excluding the final Renewal Term), this Contract will renew automatically under the same terms and conditions unless either party provides written notice to the other party at least sixty (60) days in advance of the renewal date stating that the party wishes to discuss amendment or non -renewal. Additionally, DIR, in its sole discretion, may extend the final Renewal Term by up to twelve (12) months under the then -current terms and conditions upon thirty (30) days written notice to Successful Respondent. 3 PRODUCT AND SERVICE OFFERINGS The products and services available under this Contract are limited to the products and services provided in Appendix C, Pricing Index. At DIR's sole discretion, Successful Respondent may make changes to its product and service offerings by a mutually agreed amendment to Appendix C, Pricing Index, provided that any changes must be within the scope of the RFO. 4 PRICING 4.1 Pricing Index Pricing to Customers shall be as set forth in Appendix C, Pricing Index, and shall include the DIR Administrative Fee (as defined below). 4.2 Customer Discount A. The minimum Customer discount for all products and services will be the percentage off List Price (as defined below) or MSRP (as defined below), as DIR-CPO-TMP-594 Page 2 of 9 Version 1.1 Rev. 1 /5/26 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B DIR Contract No. DIR-CPO-6144 GTS Technology Solutions, Inc. — 742339797 applicable, as specified in Appendix C, Pricing Index. Successful Respondent shall not establish a List Price or MSRP for this Contract or a particular solicitation. For purposes of this Section, "List Price" is the price for a product or service published in Successful Respondent's price catalog (or similar document) before any discounts or price allowances are applied. For purposes of this Section, "MSRP", or manufacturer's suggested retail price, is the price list published by the manufacturer or publisher of a product and available to and recognized by the trade. B. Customers purchasing products or services under this Contract may negotiate additional discounts with Successful Respondent. Successful Respondent and Customer shall provide the details of such additional discounts to DIR upon request. C. If products or services available under this Contract are provided by Successful Respondent at a lower price to: (i) an Eligible Customer who is not purchasing those products or services under this Contract, or (ii) to any other customer under the same terms and conditions provided for the same products and services under this Contract, then the price of such products and services under this Contract shall be adjusted to that lower price. This requirement does not apply to volume or special pricing purchases. Successful Respondent shall notify DIR within ten (10) days of providing a lower price as described in this Section, and this Contract shall be amended within ten (10) days to reflect such lower price. 4.3 Changes to Prices A. Subject to the requirements of this Section, Successful Respondent may change the price of any product or service upon changes to the List Price or MSRP, as applicable. Discount levels shall not be subject to such changes, and will remain consistent with the discount levels specified in this Contract. B. Successful Respondent may revise its pricing by publishing a revised pricing list, subject to review and approval by DIR. If DIR, in its sole discretion, finds that the price of a product or service has been increased unreasonably, DIR may request that Successful Respondent reduce the pricing for the product or service to the level published before such revision. Upon such request, Successful Respondent shall either reduce the pricing as requested, or shall remove the product or service from the pricing list for this Contract. Failure to do so will constitute an act of default by Successful Respondent. DIR-CPO-TMP-594 Page 3 of 9 Version 1.1 Rev. 1 /5/26 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B DIR Contract No. DIR-CPO-6144 GTS Technology Solutions, Inc. — 742339797 5 DIR ADMINISTRATIVE FEE A. Successful Respondent shall pay an administrative fee to DIR based on the dollar value of all sales to Customers pursuant to this Contract (the "DIR Administrative Fee"). The amount of the DIR Administrative Fee shall be seventy-five hundredths of a percent (0.75%) of all sales, net of returns and credits. For example, the administrative fee for sales totaling $100,000 shall be $750. B. DIR reserves the right to change the DIR Administrative Fee during the Term, upon written notice to Successful Respondent without amending this Contract. C. The DIR Administrative Fee for any Customer purchase shall be the rate in effect on the date of the Purchase Agreement. 6 CONTRACT WEBPAGE REQUIREMENTS In addition to the requirements listed in Appendix A, Section 8.4, Internet Access to Contract and Pricing Information, Successful Respondent shall include the following with its webpage: A. Approved PDAA Form; B. Warranty policies; and C. Return policies. 7 USE OF DESIGNATED RESELLERS 7.1 Authorization to Use Designated Resellers Subject to the conditions in this Section, Successful Respondent may designate resellers to provide the products and services available under this Contract to Customers (such resellers, "Designated Resellers") under the terms and conditions of this Contract. Designated Resellers may enter into Purchase Agreements with Customers on behalf of Successful Respondent and perform Successful Respondent's obligations thereunder. For the avoidance of doubt, Successful Respondent shall remain responsible for obligations to DIR arising under the Contract. 7.2 Responsibility for Designated Resellers A. Successful Respondent shall be responsible for its Designated Reseller's performance of and compliance with the Contract and all Purchase Agreements DIR-CPO-TMP-594 Page 4 of 9 Version 1.1 Rev. 1 /5/26 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B DIR Contract No. DIR-CPO-6144 GTS Technology Solutions, Inc. — 742339797 issued thereunder to the same extent as if Successful Respondent had directly entered into such Purchase Agreements. B. Successful Respondent shall enter into agreements with its Designated Resellers that are consistent with the terms of this Contract. The terms of this Contract take precedence over any conflicting terms in the agreements between Successful Respondent and Designated Resellers to the extent such terms relate to the performance of this Contract. C. Successful Respondent shall not contractually prohibit or otherwise attempt to prevent its Designated Resellers from participating directly in DIR or Eligible Customer procurements or solicitation opportunities. 7.3 Designation and Removal Procedures A. Successful Respondent may add Designated Resellers only upon written authorization by DIR. B. For each Designated Reseller, Successful Respondent shall provide DIR with the entity's: 1. Legal name and assumed name, if applicable; 2. Business address; 3. Comptroller of Public Accounts identification number; 4. Contact email address and phone number; and 5. Any other information reasonably requested by DIR. C. DIR, in its sole discretion, may reject the addition or require the immediate removal of any Designated Reseller. DIR will make a good faith effort to provide reasonable notice to Successful Respondent of the removal of any Designated Reseller. D. Successful Respondent may submit a request to DIR to remove a Designated Reseller. Successful Respondent shall provide DIR with any information reasonably requested by DIR related to such removal request, and the parties will cooperate to remove the Designated Reseller as soon as reasonably practicable. E. Upon removal of a Designated Reseller, any Purchase Agreements entered into with such Designated Resellers will survive in accordance with the terms of such DIR-CPO-TMP-594 Page 5 of 9 Version 1.1 Rev. 1 /5/26 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B DIR Contract No. DIR-CPO-6144 GTS Technology Solutions, Inc. — 742339797 Purchase Agreement and Section 4.5, Appendix A, Standard Terms and Conditions. Successful Respondent will remain responsible for the performance of such Purchase Agreement in accordance with Section 7.2 above. F. Upon designation or removal of Designated Resellers, Successful Respondent shall comply with the requirements of the VetHUB program and revise its VetHUB Subcontracting Plan (HSP) accordingly. 8 NOTIFICATION All notices, demands, designations, certificates, requests, offers, consents, approvals, and other instruments given pursuant to this Contract shall be in writing and shall be validly given on: (i) the date of delivery if delivered by email, facsimile transmission, mailed by registered or certified mail, or hand delivered, or (ii) three (3) Business Days after being mailed via United States Postal Service. All notices under this Contract shall be sent to a party at the respective address indicated below or to another address as the party shall have notified the other party in writing. If sent to the State: Lisa Massock or Successor in Office Chief Procurement Officer Department of Information Resources 300 W. 15t" St., Suite 1300 Austin, Texas 78701 Phone: (512) 475-4700 Email: dircontractmanag ementoffice@dir.texas.aov With copy to the DIR Contract Manager. See Appendix A, Section 10.2, Contract Managers. If sent to Successful Respondent: Juli Primeaux GTS Technology Solutions, Inc. 9211 Waterford Center Blvd. #275 Austin, Texas 78758 Phone: (512) 452-0651 DIR-CPO-TMP-594 Page 6 of 9 Version 1.1 Rev. 1 /5/26 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B DIR Contract No. DIR-CPO-6144 GTS Technology Solutions, Inc. — 742339797 Email: juli.primeaux@gts-ts.com Notices issued pursuant to a Purchase Agreement between Successful Respondent and Customer shall be made in accordance with the Purchase Agreement. 9 ADDITIONAL AGREEMENTS 9.1 Definition of Additional Agreements "Additional Agreements" include any terms and conditions governing products or services purchased under this Contract that are incorporated into or made applicable to a Purchase Agreement but are not included in the list of documents in Section 1.3, Order of Precedence, hereof. Additional Agreements may be included in, but are not limited to, a Statement of Work, fiscal purchase orders, software licensing agreements, service agreements, leasing agreements, or any linked, click -through, supplemental, or affixed terms or conditions, regardless of when such additional terms and conditions are incorporated into or made applicable to a Purchase Agreement. For the avoidance of doubt, Additional Agreements include terms and conditions governing products or services purchased under this Contract that are incorporated by the publisher or manufacturer of the product or service. 9.2 Authority to Enter Into Additional Agreements A. Subject to the conditions in this Section, Successful Respondent and a Customer may enter into Additional Agreements. The terms and conditions of such Additional Agreements will be reviewed, negotiated, and agreed upon between the Customer and Successful Respondent. DIR has not reviewed and will not review any Additional Agreements, and is not a party to any Additional Agreements. a. Amendments or updates to Additional Agreements shall not be made without Customer's express consent, unless Customer has expressly agreed otherwise. 9.3 Precedence of Contract A. All Additional Agreements are subject to the Contract. The terms and conditions of the Contract shall take precedence over any conflicting terms and conditions DIR-CPO-TMP-594 Page 7 of 9 Version 1.1 Rev. 1 /5/26 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B DIR Contract No. DIR-CPO-6144 GTS Technology Solutions, Inc. — 742339797 of any Additional Agreement. Successful Respondent and Customers may not alter this order of precedence. B. If any Additional Agreement purports to take precedence over or supersede the terms and conditions of the Contract, the conflicting terms and conditions will be void and inapplicable to the Contract and the Purchase Agreement. Successful Respondent will be nonetheless obligated to perform the applicable Purchase Agreement without regard to the conflicting terms and conditions, unless Customer elects instead to terminate such Purchase Agreement, which may be considered a termination for cause in accordance with Section 12.5.3, Appendix A, Standard Terms and Conditions. 10 AUTHORIZED EXCEPTIONS TO APPENDIX A, STANDARD TERMS AND CONDITIONS No exceptions have been agreed to by DIR and Successful Respondent. (Remainder of this page intentionally left blank.) DIR-CPO-TMP-594 Page 8 of 9 Version 1.1 Rev. 1 /5/26 Docusign Envelope ID: B64D7BC5-AFF3-41AO-ADEE-EFOD5097A17B DIR Contract No. DIR-CPO-6144 GTS Technology Solutions, Inc. — 742339797 This Contract is executed to be effective as of the date of last signature. GTS Technology Solutions, Inc. Authorized By: Signature on File Name: Juli Primeaux Title: Executive Vice President Date: 1/28/2026 1 9:55 AM CST The State of Texas, acting by and through the Department of Information Resources Authorized By: Signature on File Name: Lisa Massock Title: Chief Procurement Officer Date: 2/9/2026 1 1:54 PM CST Office of General Counsel: Initial on File Date: 2/9/2026 1 12:46 PM CST DIR-CPO-TMP-594 Page 9 of 9 Version 1.1 Rev. 1 /5/26 12/17/25, 11:43 AM M&C Review ACITY COUNCIL AGEND Create New From This M&C Official site of the City of Fort Worth, Texas FoR� ll � 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 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: apps.cfwnet.org/council_packet/mc_review.asp? I D=32015&cou ncildate=4/23/2024 1 /2 12/17/25, 11:43 AM M&C Review 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 City Manager's Office by_ Mark McDaniel () Originating Department Head: Kevin Gunn (2015) Additional Information Contact: Sallie Trotter (8442) ATTACHMENTS 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.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=32015&councildate=4/23/2024 2/2 FORT WORTH. City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: GTS Technology Solutions, Inc. Subject of the Agreement: Fourth Amendment and Fifth Renewal to CSC No. 56415 with GTS Technology Solutions, Inc. M&C Approved by the Council? * Yes N No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes 8 No ❑ 56415-A4R5 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes ❑ No 8 If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: March 14, 2026 If different from the approval date. Expiration Date: February 9, 2027 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: If applicable. *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 processing in the following order: rder: 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.