HomeMy WebLinkAboutContract 58153-R3CSC No. ____________
Contract 58153-R3 Page 1 of 2
CITY OF FORT WORTH
CONTRACT RENEWAL NOTICE
October 13, 2025
Dustrol Inc.
Kevin Koehler
2801 HWY 114
Fort Worth, TX 76177
Re: Contract Renewal Notice
City Secretary Contract No. 58153 (the “Contract”)
Renewal Term No. 3: September 28, 2025 to September 27, 2026
The above referenced Contract with the City of Fort Worth expires on September 27, 2025
(the “Expiration Date”). Pursuant to the Contract, renewals are at the sole option of the City. This
letter is to inform you that the City is exercising its right to renew the Contract for an additional
one (1) year period, which will begin immediately after the Expiration Date. All other terms and
conditions ofthe Contract remain unchanged. Please return this signed acknowledgement letter,
along with a copy of your quote for charges for the new renewal term and a current insurance
certificate, to the address set forth below, acknowledging receipt of the Contract Renewal
Notice. Failure to provide a signed acknowledgment does not affect the renewal.
Please log onto PeopleSoft Purchasing at http://fortworthtexas.gov/purchasing 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,
Christina Herrera
Christina Herrera
Sr. Administrative Assistant
Christina.Herrera@fortworthtexas.gov
817-392-5193
CSC No. ____________
Contract 58153-R3 Page 2 of 2
CITY OF FORT WORTH
By: ___________________________
Name: Jesica McEachern
Title: Assistant City Manager
APPROVAL RECOMMENDED:
By: ______________________________
Name: Lauren Prieur
Title: Director, TPW
ATTEST:
By: ______________________________
Name: Jannette S. Goodall
Title: City Secretary
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: ______________________________
Name: Christina Herrera
Title: Sr. Administrative Assistant
APPROVED AS TO FORM AND LEGALITY:
By: ______________________________
Name: Jessika Williams
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 22-0557
Date Approved: 08/09/2022
Form 1295 Certification No.: 2022-908829
Dustrol, Inc
By:
Name: Kevin Koehler
Title: Executive Vice President/Secretary
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA
Create New From This M&C
DATE:8/9/2022 REFERENCE
NO.:
**M&C 22-
0557 LOG NAME:
13P ITB 22-0155 ASPHALT
AND CONCRETE MILLING
SERVICES AW TPW
CODE:P TYPE:CONSENT PUBLIC
HEARING:NO
SUBJECT: (ALL) Authorize Execution of a Purchase Agreement with Dustrol, Inc., for Asphalt and
Concrete Milling Services for the Transportation and Public Works Department
in an Annual Amount Up to $870,039.00 for the Initial Term and Authorize Five, One-Year
Renewals for the Same Annual Amount
RECOMMENDATION:
It is recommended that the City Council authorize execution of a purchase agreement with Dustrol,
Inc., for asphalt and concrete milling services for the Transportation and Public Works Department
in an annual amount up to $870,039.00 for the initial term and authorize five, one-year renewals for
the same annual amount.
DISCUSSION:
The Transportation and Public Works Department approached the Purchasing Division for assistance
with securing an agreement for asphalt and concrete milling services that will be purchased on an as-
needed basis. Under the proposed agreement, the Vendor will repair uneven and damaged roads
throughout the City of Fort Worth. Purchasing issued an Invitation to Bid (ITB) that consisted of
detailed specifications regarding the types of milling services, equipment requirements, and
the timeframe to perform the services.
The ITB was advertised in the Fort Worth Star-Telegram for four consecutive
Wednesdays beginning on June 1, 2022 through June 22, 2022. The City received two responses.
An evaluation panel consisting of representatives from the Water and Transportation and Public
Works Departments reviewed and scored the submittals using Best Value criteria. The individual
scores were averaged for each of the criteria and the final scores are listed in the table below.
Best Value Criteria:
a. Contractors References & Experience with entities of a similar size
b. Contractors approach to perform the milling services
c. Cost of service
After evaluation, the panel concluded that Dustrol, Inc. presented the best value to the City.
Therefore, the panel recommends that Council authorize this agreement with Dustrol, Inc. No
guarantee was made that a specific amount of services would be purchased. Staff certifies that the
recommended vendor bid met specifications.
Funding is budgeted in the Transportation and Public Works Department Highway &
Bidders Evaluation Factors
a b c Total score
Dustrol, Inc.15.00 17.50 35.00 67.50
TexOp Construction, LP 17.00 17.50 24.05 58.55
Page 1 of 2M&C Review
9/22/2025http://apps.cfwnet.org/council_packet/mc_review.asp?ID=30110&councildate=8/9/2022
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
Streets Departments General Capital Projects Fund for the purpose of funding the 2022 Interlocal
Agreement with Tarrant County Project and in the Transportation and Public Works Department
Rollup within the General Fund.
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 year from that date.
RENEWAL TERMS: This agreement may be automatically renewed for five additional, one-year
terms. 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 funds are available in the current operating and capital budget,
as previously appropriated, in the General Capital Projects Fund for the 2022 Interlocal Agreement
w/TC project and in the General Fund to support the approval of the above recommendation and
execution of a purchase agreement. Prior to any expenditure being incurred, the Transportation
and Public Works Department has the responsibility to validate the availability of funds.
BQN\\
TO
FROM
Submitted for City Manager's Office by:Reginald Zeno (8517)
Dana Burghdoff (8018)
Originating Department Head:Tony Rousseau (8338)
William Johnson (7801)
Additional Information Contact:Cynthia Garcia (8525)
Alyssa Wilkerson (8357)
ATTACHMENTS
13P ITB 22-0155 Asphalt & Concrete Milling Services AW TPW.docx (CFW Internal)
22-0155_Asphalt_&_Concrete_Milling_Services_WAIVER_5.25.22_RZ.pdf (CFW Internal)
Adjusted FID_Table.pdf (CFW Internal)
Form 1295.pdf (CFW Internal)
SAMs Report- Dustrol Inc..pdf (CFW Internal)
Page 2 of 2M&C Review
9/22/2025http://apps.cfwnet.org/council_packet/mc_review.asp?ID=30110&councildate=8/9/2022