Loading...
HomeMy WebLinkAboutContract 61995-R1CSC No. 61995-R1 CITY OF FORT WORTH REQUEST TO EXERCISE RENEWAL OPTION August 4, 2025 H&H Concrete on Demand, Inc. Attention: Kody Haverkamp Address: 2804 Prestige Road Fort Worth, Texas 76244 Re: Contract Renewal Notice —1st Renewal Contract No. CSC No. 61995 Renewal Term: September 8, 2025 to September 8, 2026 Renewal Amount: $2,875,000.00 The above referenced Contract with the City of Fort Worth expires on September 8, 2025 (the "Expiration Date). This letter is to inform you that the City is exercising its right to renew the contract for its 1 st term in an amount up to $2,875,000.00 which will be effective immediately after the Expiration Date. All other terms and conditions of the contract remain unchanged. Please sign and return the second page of this letter, along with a copy of your current insurance certificate, to the undersigned. Please log onto PeopleSoft Purchasing at to ensure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice, please contact me at the telephone number listed below. Sincerely, Rey&a Regina Jones Contract Compliance Specialist 817-392-2698 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 1 of 2 ACCEPTED AND AGREED: CITY OF FORT WORTH By: 08/27/2025 Name: Jesica McEachern Title: Assistant City Manager APPROVAL RECOMMENDED: By: Christopher Harder (Aug 25, 2025 09:23:45 CDT) Name: Chris Harder Title: Water Director p of FORt°*10 �o ATTEST: �aanu tezA54pd By: 08/27/2025 nnao4o4 Name: Jannette Goodall Title: City Secretary H&H Concrete on Demand, Inc. Name: Kody Haverkamp Title: Vice President 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: Rq&4 Name: Regina Jones Title: Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: Name: Jessika J. Williams Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-0635 Date Approved:8/13/24 Form 1295 Certification No: 2024-1178551 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal Page 2 of 2 City of Fort Worth, Texas Mayor and Council Communication DATE: 08/13/24 M&C FILE NUMBER: M&C 24-0635 LOG NAME: 13P RFP 24-0178 VOLUMETRIC MIXER TRUCK SERVICES JF WATER SUBJECT (ALL) Authorize Agreement with H & H Concrete On Demand Inc. for Volumetric Mixer Trucks and Concrete/Foowable Fill Services in an Annual Amount Up to $2,500,000.00 for the Initial Term and Authorize Four One -Year Renewals Options in an Amount Up to $2,875,000.00 for the First Renewal, $3,306,250.00 for the Second Renewal, $3,802,188.00 for the Third Renewal, and $4,372,516.00 for the Fourth Renewal for the Water Department RECOMMENDATION: It is recommended that the City Council authorize the execution of an agreement with H & H Concrete On Demand Inc. for volumetric mixer trucks and concrete/flowable fill services in an annual amount up to $2,500,000.00 for the initial term and authorize four one-year renewals options in an amount up to $2,875,000.00 for the first renewal, $3,306,250.00 for the second renewal, $3,802,188.00 for the third renewal, and $4,372,516.00 for the fourth renewal for the Water Department. DISCUSSION: The Water Department approached the Purchasing Division to procure an agreement for labor, materials, parts, volumetric truck(s), and equipment necessary to perform concrete and flowable fill services at various locations around the City for street repairs. In order to procure these services, Purchasing staff issued Request for Proposals (RFP) No. 24-0188. The RFP consisted of detailed specifications describing the proposed responsibilities and service requirements. The bid was advertised in the Fort Worth Star -Telegram on April 17, 2024, April 24, 2024, May 1, 2024, May 8, 2024, and May 15, 2024. The City received four (4) responses. Upon review, David-Tehoungue Ltd Co and Massey Bros Concrete did not submit all the required documents in order for their proposals to be evaluated and were deemed nonresponsive. An evaluation panel consisting of representatives from the Water Department and Transportation & Public Works Department reviewed and scored the proposals using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. No guarantee was made that a specific amount of services would be purchased. Evaluation Factors Bidder Rank a b I c d Total Score IH & H Concrete On Demand Inc. 18.50 17.50I20.63 35.00 91.63 1 Cornerstone Ontime Concrete, LLC 15.50 15.50115.63 16.53 63.16 2 Best Value Criteria: • a. Qualifications and Experience • b. Approach to perform services • c. Ability to meet the City's needs • d. Cost After evaluation, the panel concluded that H & H Concrete On Demand Inc. presented the best value to the City. Therefore, the panel recommends that the City Council authorize an agreement for volumetric mixer truck(s), concrete, and flowable fill services for street repairs with H & H Concrete On Demand Inc. Staff certifies that the recommended vendor met the proposal specifications. FUNDING: The maximum amount allowed under the agreement for the initial year will be $2,500,000.00; however, the actual amount used will be based on the needs of the department and available budget. IDepartmentl Account Name (Agreement Total Amount Water Water Street Repair $2,500,000.00 Funding is budgeted in the General Operating & Maintenance category in the Water & Sewer Fund for the Water Department. DVIN-BE: A waiver of the goal for Business Equity subcontracting requirement is approved by the DVIN-BE, in accordance with the Business Equity Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and expire one (1) year from that date. RENEWAL TERMS: The agreement may be renewed for four additional one-year terms. The spending authority for the renewal periods, if exercised, will be in an amount up to $2,875,000.00 for the first renewal, $3,306,250.00 for the second renewal, $3,802,188.00 for the third renewal, and $4,372,516.00 for the fourth renewal. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the recommendation, funds are available in the current operating budget, as previously appropriated, in the Water & Sewer Fund. Prior to an expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517 Fernando Costa 6122 Oriainatina Business Unit Head: Reginald Zeno 8517 Christopher Harder 5020 Additional Information Contact: Jo Ann Gunn 8525 Jesus Fernandez 6467