Loading...
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. Contractor’s References & Experience with entities of a similar size b. Contractor’s 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 Department’s 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