Skip to main content
city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 18-3502   
Type: Staff Briefing - Without Ordinance
In control: Audit and Accountability Committee
On agenda: 5/24/2018
Posting Language: Professional Asset Management Services (Street Pavement Condition Index) for TCI [Peter Zanoni, Deputy City Manager; Christie Chapman, Assistant Director, Transportation & Capital Improvements]
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

CITY OF SAN ANTONIO

FINANCE DEPARTMENT

Interdepartmental Correspondence

 

 

 

TO:                                          Sheryl Sculley, City Manager

 

FROM:                     Troy Elliott, CPA, Deputy Chief Financial Officer, Finance Department

                                          Kevin Barthold, City Auditor

                                          

COPIES:                     Audit and Accountability Committee; Ben Gorzell, Jr., CPA, Chief Financial Officer; Norbert Dziuk, Procurement Operations Lead; John Jacks, Director, Center City Development and Operations; Patricia Muzquiz Cantor, Interim Director, Convention & Sports Facilities; Mike Frisbie, P.E., TCI Director/City Engineer

                                          

SUBJECT:                     Consideration of Completed High Profile Solicitations

 

DATE:                      May 24, 2018

 

The following high profile projects have completed the solicitation process. These items are presented to the Audit and Accountability Committee for review prior to full City Council for consideration.   

 

Professional Asset Management Services -   Department issued a Request for Qualifications for firms to provide Professional Asset Management Services. These services will provide automated Pavement Condition Index (PCI) scores for approximately 4,152 centerline miles of pavement the City is responsible for maintaining. Services will be performed on an annual basis, with collection of 1/3 of the citywide inventory of centerline miles each year, resulting in each street being surveyed within the three-year period. This effort will include the assessment of pavement condition, pavement markings and signage as well as the maintenance of inventory.

§                     Solicitation Type:  RFQ

§                     Number of Respondents: 6

§                     Contract Value:  $350,000 annually / $1,050,000 million total

§                     Number of Contracts Awarded:  1 Contract

§                     Term of Contract:  1 year with option to renew for 2 additional, 1-year periods

§                     Council Consideration:  June 2018

§                     Evaluation Criteria: 

o                     Experience, Background, Qualifications - 35 points

o                     Experience with COSA and San Antonio Region - 20 points

o                     Understanding of Project & Proposed Management Plan - 35 points

o                     SBE Prime Contract Program - 5 points

o                     M/WBE Prime Contract Program - 5 points

§                     SBEDA Subcontracting Requirements:  M/WBE 10%

§                     Local Preference Program:  Not Applicable

§                     Veteran Owned Small Business Preference Program: Not Applicable 

§                     Voting Committee Members: 

o                     Anthony Chukwudolue Assistant Director, TCI

o                     Luis Maltos, Assistant City Engineer, TCI

o                     Lilly Banda, Senior Engineer, TCI

o                     Al Siam Ferdous, Senior Engineer, TCI

o                     Shiva Sandrana, Division Manager, TCI

 

 

 

Due diligence conducted for the respondents to the above solicitations included a search of federal and state debarment lists, prohibited political contributions, conflicts of interest, delinquent City/County taxes, outstanding payments to the City, payment of state franchise fees as well as a search of the internet for pertinent business information.  No findings were noted that would prevent the City from awarding to the selected vendors.

 

Staff recommends committee approval to proceed with scheduling these items for full City Council consideration.