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.