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