HomeMy WebLinkAboutContract 43454-A2 FORTWORTH.
Cirf SECIVAW
COWRACT 140.
June 24,2014
Mr. Paul Lembke
LEMCO Construction Services, LP
14131 Midway Road, Suite 660
Addison,TX 75001
RE: Amendment No.2 to Job Order Contract(City Secretary Contract,Number 43454)
Dear Mr. Lembke:
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.43454(the"ContracC'),the City of Fort Worth executed Amendment
No. 1,effective from July 30,2013 to July 29,2014.
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.43454(the"Contract"),the City of Fort Worth desires to execute Amendment
No.2 to be effective July 30,2014 to July 29,2015.
To execute Amendment No.2,sign and mail or hand deliver three executed originals to my attention at the address
shown below.
Sincerely,
Glenn Balog
Facilities Manager
Facilities Management Group
AG E
AP D:
"16will
ul k Fernando Costa
Chief Ing Officer Assistant City Manager IFO
in 'C'
g Of'
LEM onstruction Services, LP 00
CP
jo
0 %0
7VAL RECOMMENDED. REYORDED: ft.0 0
Douglis W.Wiersig, PE 'May J KV !60
, tj
Director,Transportation&Public\wrks City Se, yn �:00' 000
ry '00
Department AS
P T D AS TO FORM AND LEGALITY: Original M&C C-25726 fjuIX 17_2012
Amendment Authorization
Douglas W. Black
rn
:Z Assistant City Attorney
M
c=
°'° SP(ORTATION AND PUBLIC WORKS DEPARTMENT
LR ...........
RF:
7HITEC TURAL sERvici;s i isro N,FAQ CILMES MANAGEMEN"r GROUP
OFFICIAL
C CITY SECRETARY 401 West 13"'Street*Fort Worth,TX 76102
rT.WORTH,TX 817-392-8088 FAX 817-392-8488
M&C' Review Page I of 2
Offidall sfte of uie C.'ity c)f Fort Worth,T&as
CI-11-YY COUNCIL AGENDA FORTWORTH
COUNCIL ACTION: Approved on 711712012
DATE: 7/17/2012 REFERENCE .,,C-25726 LOG NAME: 20JOCMARKIVANDLEMCO
NO.:
CODE: C TYPE: CONSENT PUBLIC NO
HEARING.
SUBJECT: Authorize Execution of Job Order Contract Services Contracts with The Mark IV
Construction Group, 1-1 C, 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 con-tract 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 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.
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 ct was advertised in the Fort Worth Star-
Tele May 10, 2012, 13 firms submitted proposals.
_tle�ram on April 12, 2012 and April 19, 2012. On
rn On-June 5,2012, a Best Value Selection Committee reviewed and rated each of the 13 firms based
C-)
M on the published weighted selection criteria. The five criteria and it respective weightings are: (1)
:Z the firm's as experience and references with Job Order Contracts (50 percent), (2) the prime
M contractor's proposed project team rnembers and their experience (10 percent), (3)the proposed
C-3
4-- price coefficient to be multiplied against a standard construction cost estimating guide (20 percent),
C= (4)the proposed M/WBE participation and plan (10 percent) and (5) the contractor's list of proposed
subcontractors and suppliers when ry-rultiple 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:
hti,t).//apps.cfwnet.org/co uric i I-r-packet/m c revi ew.asp?]D=170 84&co unc i Idate=::7/1 7/2012 7/9/2014
C Review Page 2 of 2
Williams and Restoration
Evaluation Thomas, LIP, dba LEMCO Specialist, LLC, The Mark IV
Criteria Jamail and Smith Construction dba RS Construction
Construction Services, L.P. Commercial Group, LLC
Construction 11
JOC Experience 50 11 50 1 50 50
JOC Team 7 9 7 10
Members
I -T7 -----------
Price 15 1 15 15
Coefficients
M/WBE 5.5 6
Subcontractors, E�E::�:][::=[ 10
Suppliers
TOTAL �I 85.5 89� 84.591
RANK 1�3 2 4 I
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 MN\/BE ordinance by committing
to 30 percent M/WBE participation. The Ci '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, Addlitionally, 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/AccoungCenters FROM Fund/Account/Cnters
Submitted for City Manggpr's Office by: Fernando Costa (6122)
Originating Originat jng De artment Dead Douglas W. Wiersig ( 1)
Additional Information Contact: Glenn Balog (2028)
Dalton Murayarna (8088)
ATTACHMENTS
o//apps.cfwne,,t.or /coLij,cil packet/r c review.asp?III=17084&counci].date=7/17/2012 7/9/2014