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