Loading...
HomeMy WebLinkAboutContract 58060-R3CSC No. 58060-R3 CITY OF FORT WORTH CONTRACT RENEWAL NOTICE August 15, 2025 Lemeo Contraction & Materials LLC Attn. Paul Lembke 14131 Midway Rd., #660 Addison, TX 75001 Re: Contract Renewal Notice — 311 Renewal Job Order Contract Contract CSC No. 58060 Original Contract Amount: $ 1,500,000.00 Capacity The above -mentioned contract with the City of Fort Worth, as renewed, expires with the expenditure, of fiords. The funds for the contract have been expended or programmed. This letter is to inform. you that the City has appropriated funding and is exercising its right to renew the contract in the original contract amount, which will be effective upon execution by the designated Assistant City Manager. All other terms and conditions of the contract remain unchanged. Please verify that the original payment, performance and maintenance bonds remain active or if retired, provide updated bonds when you return this letter. Please sign in the space indicated below and return this document, along with a copy of your current insurance certificate, to the undersigned. Please log onto PeopleSoft Purchasing at httD://fortworthtexas.gov/t)urchasinR 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. Sine ely, Nikita Watts Sr. Capital Project Officer (817) 392-2028 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Contract Renewal (updated 8.13.2025) Page 1 of I ACCEPTED AND AGREED: CITY OF FORT WORTH By: Valerie Washington (Sep 15, 2025 12:06:41 CDT) Name: Valarie Washington Title: Assistant City Manager APPROVAL RECOMMENDED: By: Name: Marilyn Marvin Title: Property Management Director By: Name: Jannette Goodall Title: City Secretary Lis oF9sogr°^n ,oeeaevo kad a°moo o9aa due oexd �/`nn�oaga44� A� Rail I P.mr+hk�?.{Ghi f ° nr^} Officer LE1MG11 COIL SI�UCLIG� 3ViGiL:R i ::ti, LLV 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: 4 Name: Nikita Watts Title: Sr_ Capital Projects Officer APPROVED AS TO FORM AND LEGALITY: By: Steprre—nHines ( ep 15, 2025 10:54:48 CDT) Name: Stephen M. Hines Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 12-0577 Date Approved: September 3, 2022 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Page 2 of 2 8/12/22, 7:08 AM M&C Review Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FOR H Create New From This M&C DATE: 8/9/2022 REFERENCE **M&C 22- LOG NAME: 21 JOB ORDER CONTRACT NO.: 0577 SERVICES CONTRACT CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. (ALL) Authorize Execution of Job Order Contract Services Contracts with Basic IDIQ, Inc., The Mark IV Construction Group, LLC, F.H. Paschen, S.N. Nielsen & Associates, LLC, Lemco Construction Services, L.P., SDB, Inc. d/b/a SDB Contracting Services, Inc., Mart, Inc., and Lee Construction and Maintenance Company d/b/a LMC Corporation, for Fixed Unit Price, Indefinite Delivery of Building Renovation and Construction Services, Each Contract Having an Initial Two -Year Term and Three Optional One -Year Renewal Periods in an Amount Not to Exceed $1,500,000.00 per Contractor for a Total Amount of $10,500,000.00 During Any One -Year Period, for the Property Management Department, Facilities Division RECOMMENDATION: It is recommended that the City Council authorize the execution of a Job Order Contract Services contract for construction services for minor construction and renovation projects for the term of two years with options to renew for three additional one-year periods at the City's option with the aggregate amount of work orders not to exceed $1,500,000.00 per contractor for a total amount of $10,500,000 during any one-year period with each of the following companies: Basic IDIQ, Inc., The Mark IV Construction Group, LLC, F.H. Paschen, S.N. Nielsen & Associates, LLC, Lemco Construction Services, L.P., SDB, Inc. d/b/a SDB Contracting Services, Inc., Mart, Inc., and Lee Construction and Maintenance Company d/b/a LMC Corporation. DISCUSSION: The request for proposals for the Job Order Contract Services contract was advertised in the Fort Worth Star -Telegram on April 28, 2022 and May 5, 2022. On May 30, 2022, the City received proposals from 21 firms. These firms are Alpha Building Corporation, Basic IDIQ, Inc., Batson -Cook Construction, Big Sky Construction Company, Inc., Core Construction, DevPro Commercial Contractors, Inc., F.H. Paschen, S.N. Nielsen & Associates, LLC., Falkenberg Construction Company, Inc., Florico, Inc., Joesta Construction, LLC, JonesCO General Contractors, LLC, Lee Construction and Maintenance d/b/a LMC Corporation, Lemco Construction & Materials, LLC, The Mark IV Construction Group, LLC, Mart, Inc., Post L Group, Reeder General Contractors, Inc., SDB, Inc. d/b/a SDB Contracting Services, TFP Green Builders, Inc., TM Source Building Group, Inc., and Wesson Construction Services, LLC. On June 17, 2022, a Best Value Selection Committee reviewed and rated each of the 21 firms based on the published weighted selection criteria. The four criteria and their respective weightings are: (1) experience with job order contracts and similar indefinite delivery/indefinite quantity (IDIQ) contracts (20 points); (2) project team members and their experience with job order contracts (20 points); (3) price proposal coefficients (50 points); and (4) list of sub -contractors and suppliers (10 points). The committee selected seven firms. The scores of the committee's selection are summarized below: Contractor Basic IDIQ, JOC Experience Project Price Subcontractors, Team Coefficients Suppliers Members 20 45 10 Total 94 apps.cfwnet.org/council_packet/mc_review.asp? I D=30130&cou nciIdate=8/9/2022 1 /4 8/12/22, 7:08 AM M&C Review Inc. The Mark IV Construction 18 20 44 10 92 Group, LLC F.H. Paschen, S.N. Nielsen 18 18 39 10 85 Associates, LLC Lemco Construction 10 15 50 10 85 Services, L. P. SDB, Inc. d/b/a SDB 18 18 36 10 82 Contracting Services Mart, Inc. 18 18 35 10 81 Lee Construction and Maintenance 20 20 26 10 76 d/b/a LMC Corporation Alpha Building 8 16 38 10 72 Corporation Core Construction 15 15 31 10 71 JonesCo General 15 15 35 5 70 contractors, LLC TM Source Building 12 15 33 10 70 Group, Inc. Falkenberg Construction 17 15 27 10 69 Company, Inc. Post L Group 12 15 26 10 63 DevPro Commercial 5 10 38 1 54 contractors, Inc. Wesson 12 10 15 10 47 Construction Services, LLC apps.cfwnet.org/council_packet/mc_review.asp? I D=30130&cou nciIdate=8/9/2022 2/4 8/12/22, 7:08 AM M&C Review Reeder General 12 10 15 10 46 Contractors, Inc. Batson -Cook 15 15 4 10 44 Construction Big Sky Construction 15 15 11 10 41 Company, Inc. Joesta Construction, 10 15 4 10 39 LLC Florica, Inc. 8 8 6 10 32 TFP Green 8 8 10 1 27 Builders, Inc. Projects completed under this contract are typically too small to bid through our normal processes. The average project for the previous Job Order Contracts was approximately $50,000.00 to $100,000.00. This Job Order Contract has competitivity selected seven contractors to complete projects on an as needed basis. Typically, each of these projects will be less than $500,000.00. with a not to exceed limit of $1,500,000.00 per contractor for a total amount of $10,500,000, per year. The Property Management Department will verify available funding for each project prior to issuing a job order and starting the project. It is recommended that the City Council waive Building and Trade Permit Fees for all building renovation and construction services accomplished under this contract at city -owned or leased facilities in accordance with Chapter 7, Article 111, Section 7-1, Section 109.2.1 of the City Code. Business Equity: DVIN, in conjunction with Property Management Department agreed upon a "pilot" program to establish an Internal Department business equity goal of 20\%, based on the total number of vendors selected, including prequalified certified M/WBEs listed in the rotation for opportunities to receive work on this Job Order Contract. Seven (7) chosen vendors, and three (3) of the seven vendors are certified M/WBEs. Therefore, Property Management's commitment is 43\% M/WBE utilization of the number of certified M/WBEs selected. A waiver was approved for all offerors on this project due to the nature of the project, i.e., unknown value and number of work orders issued. The expectation is that this program will be more inclusive of business equity firms and increase spending with these groups. Management of the capacity of the Job Order Contract Services contracts will be the responsibility of the Property Management Department. Other departments may use these contracts after first requesting approval from the Property Management Department. The project will serve Fort Worth residents in ALL COUNCIL DISTRICTS FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating and capital budgets, as appropriated, of various funds to support the approval of the above recommendation and execution of the Job Order Contact Services contract. Prior to any expenditure being incurred, the Property Management Department has the responsiblity to validate the availability of funds on a project -by -project basis. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) apps.cfwnet.org/council_packet/mc_review.asp? I D=30130&cou nciIdate=8/9/2022 3/4 8/12/22, 7:08 AM M&C Review FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by_ Dana Burghdoff (8018) Originating Department Head: Steve Cooke (5134) Additional Information Contact: ATTACHMENTS Basic IDIQ 1295.pdf (CFW Internal) F.H. Paschen 1295.pdf (CFW Internal) LEMCO 1295 Certificate.pdf (CFW Internal) LMC1295.pdf (CFW Internal) MARK IV Construction - Form 1295.pdf (CFW Internal) Mart, Inc. 1295.pdf (CFW Internal) PMD2022-04 (Dept.) Waiver Job Order Contracts.pdf (CFW Internal) SDB 1295.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp? I D=30130&cou nciIdate=8/9/2022 4/4