Loading...
HomeMy WebLinkAboutContract 43453-A3 (2)FORT WORTH® August 14, 2013 Ms. Amy E Cope The Mark IV Construction Group, LLC 5821 Egg Farm Road, Suite 2920 Keller, TX 76244 .-A:tnit3ECTZT-tiARY 0%-iii7 \a P 30 RE. Amendment No. 3 to Job Order Contract (City Secretary Contract Number 43453) Dear Ms. Cope: M&C C-26063, approved on January 15, 2013, authorized Amendment No 1 to City Secretary Contract No. 43453, a five-year Job Order Contract with The Mark IV Construction Group LLC, in the amount of $1,076,000.00 to increase the not -to -exceed expenditure amount from $1,500,000.00 to $2,576,000.00 for this contract year's July 2012 — July 2013 aggregate total, resulting in a revised total contract in the amount of $8,576,000.00 At the conclusion of the contract year July 2012 -- July 2013, $809,019.13 remained unexpended from that contract year's total of $2,576,000.00. In accordance with Article 5 (Term of Contract) of the Job Order Contract authorized by M&C C-25726 on July 17, 2012, City Secretary Contract No. 43453 (the "Contract"), the City of Fort Worth executed Amendment No. 2, effective from July 28, 2013 to July 27, 2014. Amendment No. 3 will increase the current contract year's (July 28, 2013 to July 27, 2014) total amount from $1,500,000.00 to $2,309,019.13, an increase of $809,019.13. To execute Amendment No. 3, sign and mail or hand deliver three executed originals to my attention at the address shown below. Sincerely, Glenn Balog, PE Facilities Manager Facilities Management Group AGREED: fr Amy E Cope President The Mark IV Construction Group, LLC APPR VA RECOMMENDED' c- (- <:; f Douglas W. iersig, PE Director, Tra sportatton & Public Works Department CORM AND LEGALITY: oug '+.:lack Assistant City Attorney A PRO4ED: ansa4 C.1 Fernando Costa Assistant City Manager REfC RDED• lc/la/J. Kaykr City Secretary Original M&C C-25726 (July 17. 2012) Amendment Authorization TRANSPORTATION AND PUBLIC WORK&DEP-ARTMENT -_ ARCHITECTURAL SERVICES DIVISION, FACILITIElittiGEMENT GROUP P 401 West 13'h Street * Fort Wodh 1 �QQ �, 817-392-8088 FAX 817 .2=8 U�-�s d7�R FT. WORTH, Tu E 4 �-: �-.-. *N‘4P CI es-- ot R x �I) Lj 41 /160 at ftt i:t U:r,FlvEii AUG 2 x 2d13 M&C Review Page 1 of 2 Official site of the Cry of Fort Worth, Texas FORT WORT COUNCIL ACTION: Approved on 7/17/2012 DATE: 7/17/2012 REFERENCE NO.: CODE: C TYPE: **C-25726 LOG NAME 20JOCMARKIVANDLEMCO PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Execution of Job Order Contract Services Contracts with The Mark IV Construction Group, LLC, and LEMCO Construction Services, L.P., for Fixed Unit Price, Indefinite Delivery of Building Renovation and Construction Services for the Transportation and Public Works Department Facilities Management Division (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a Job Order Contract Services contract with The Mark IV Construction Group, LLC for construction services for minor construction and renovation projects for the term of one year with options to renew for four additional one-year periods at the City's option with the aggregate amount of work orders not to exceed $1 500,000.00 during any one-year term; and 2. Authorize the execution of a Job Order Contract Services contract with LEMCO Construction Services, LP for construction services for minor construction and renovation projects for the term of one year with options to renew for four additional one-year penods at the City's option with the aggregate amount of work orders not to exceed $1 500,000.00 during any one-year term. DISCUSSION: On March 20, 2007, (M&C C-22009) and on June 19, 2007, (M&C C-22191), the City Council authorized the execution of Job Order Contract (JOC) Services contracts with Alpha Building Corporation and Yeargan Construction Company, LLC The Mark IV Construction Group LLC, respectively, for construction services for minor construction and renovation projects. The last contract expires on July 22, 2012. The Request for Proposals for the JOC Services contract was advertised in the Fort Worth Star- Telearam on Apnl 12, 2012 and April 19, 2012. On May 10, 2012, 13 firms submitted proposals. On June 5 2012, a Best Value Selection Committee reviewed and rated each of the 13 firms based on the published weighted selection criteria. The five criteria and their respective weightings are: (1) the firm s past experience and references with Job Order Contracts (50 percent), (2) the prime contractor's proposed project team members and their experience (10 percent), (3) the proposed price coefficient to be multiplied against a standard construction cost estimating guide (20 percent), (4) the proposed M/WBE participation and plan (10 percent) and (5) the contractor's list of proposed subcontractors and suppliers when multiple work disciplines are required (10 percent). The committee shortlisted four firms for the interview phase. On June 15 2012, the committee interviewed four firms: Williams and Thomas, LP d/b/a Jamail and Smith Construction LEMCO Construction Services, L.P., Restoration Specialist, LLC d/b/a RS Commercial Construction and The Mark IV Construction Group, LLC. The results of the committee's scores are summarized below: http://apps.cfwnet org/council_packet/mci-eview.asp?ID=17084&councildate=7/17/2012 8/28/2013 M&C Review Page 2 of 2 Williams and Restoration Evaluation Thomas, LP dba LEMCO Specialist, LLC, The Mark IV Criteria Jamail and Smith Construction dba RS Construction Construction Services, L.P. Commercial Group, LLC Construction JOC Experience JOC Team Members P rice Coefficients M/WBE S ubcontractors, S uppliers TOTAL RANK 50 7 15 5.5 8 85.5 3 50 9 15 6 9 89 2 50 7 15 5.5 7 84.5 4 50 10 15 6 10 91 1 Based on the interview evaluation matrix, the selection committee recommended awarding the JOC Services contracts to The Mark IV Construction Group, LLC, and LEMCO Construction Services, L.P. The Mark IV Construction Group, LLC, is in compliance with the City's M/WBE ordinance by committing to 30 percent M/WBE participation. The City's goal for this contract is 25 percent. LEMCO Construction Services L.P. is in compliance with the City's M/WBE ordinance by committing to 30 percent M/WBE participation. The City's goal for this contract is 25 percent. Additionally, LEMCO Construction Services L P., is a certified M/WBE firm. The project will serve Fort Worth residents in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budgets and current capital budgets, as appropriated, of various funds. All expenditures against these contracts will be reviewed for availability of funds prior to release on a project -by -project basis. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for Citv Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: ATTACHMENTS Fernando Costa (6122) Douglas W. Wiersig (7801) Glenn Balog (2028) Dalton Murayama (8088) http://apps.cfwnet.org/council_packet/mc review.asp?ID=17084&councildate=7/17/2012 8/28/2013