Skip to main content
city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 17-5536   
Type: Staff Briefing - Without Ordinance
In control: Audit and Accountability Committee
On agenda: 10/3/2017
Posting Language: Annual JOC for On-Call HVAC [Aviation] Elevator and Escalator Maintenance and Repairs for San Antonio Airport System [Aviation] Distributed Antenna System for Convention and Sports Facilities [CSF]
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

                                          

SUBJECT:                     Consideration of Completed High Profile Solicitations

 

DATE:                      October 3, 2017

 

 

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.   

 

Annual Job Order Contract for On-Call HVAC Services (Aviation) - Department issued a Request for Competitive Sealed Proposals to provide Aviation with two, $2 Million contracts for HVAC systems maintenance and repair.

§                     Solicitation Type:  Request for Competitive Sealed Proposals

§                     Number of Respondents:  4

§                     Contract Value:  $800,000 annually / $4 million total

§                     Number of Contracts Awarded: 2

§                     Term of Contract:  2 years with 3, 1 year options

§                     Tentative Council Date:  October 19, 2017

§                     Evaluation Criteria: 

o                     Experience, Background, Qualifications - 40 points

o                     Proposed Plan - 30 points

o                     Price - 10 points

o                     SBEDA Program - 20 points

§                     10 points SBE Prime Contract Program

§                     10 points MWBE Prime Contract Program

§                     SBEDA Subcontracting Requirements:  18% MWBE

§                     Local Preference Program:  Not Applicable

§                     Veteran Owned Small Business Preference Program: Not Applicable 

§                     Voting Committee Members: 

o                     Russell J. Handy, Aviation Director

o                     Randy Gray, Aviation Facilities Manager

o                     Jose Correa, Building and Equipment Services Assistant Director

 

 

 

Annual Contract for Elevator and Escalator Preventive Maintenance and Repairs for San Antonio Airport System (Aviation) - Department issued a Request for Competitive Sealed Proposals to provide Aviation with elevator and escalator preventive maintenance and repairs. 

§                     Solicitation Type:  Request for Competitive Sealed Proposals

§                     Number of Respondents:  3

§                     Contract Value:  $1.6 million annually / $8 million total

§                     Number of Contracts Awarded: 1

§                     Term of Contract:  3 years with 2, 1 year options

§                     Council Consideration:                      October 19, 2017

§                     Evaluation Criteria: 

o                     Experience, Background, Qualifications - 45 points

o                     Proposed Plan - 40 points

o                     Price - 15 points

o                     SBEDA Requirements - Waived

§                     Local Preference Program: Not Applicable

§                     Veteran Owned Small Business Preference Program: Not Applicable

§                     Voting Committee Members: 

o                     Carlos Contreras, Assistant City Manager

o                     Russell J. Handy, Aviation Director

o                     Loyce Clark, Aviation Chief Asset and Planning Officer

o                     Guillermo Moya, CSF Special Projects Manager                     

 

 

 

Distributed Antenna System for CSF (CSF) - Department issued a Request for Proposals seeking qualified firms to provide the Henry B. Gonzalez Convention Center (HBGCC) with a Distributed Antenna System to improve cellular signals and enhance public safety radio signals within the buildings that make up the convention center.  This system is expected to greatly enhance the customer experience at the HBGCC.

§                     Solicitation Type:  Request for Proposals

§                     Number of Respondents:  12

§                     Contract Value:  $1.5 Million (Revenue)

§                     Number of Contracts Awarded: 1

§                     Term of Contract:  10 years with 2, 5 year options

§                     Council Consideration:                      October 19, 2017

§                     Evaluation Criteria: 

o                     Experience, Background, Qualifications - 25 points

o                     Proposed Plan - 40 points

o                     Price/Compensation - 20 points

o                     Local Preference Program:  10 points

o                     Veteran Owned Small Business Preference Program:  5 points

§                     SBEDA Subcontracting Requirements:   Pending Goal Setting Committee Approval

§                     Voting Committee Members: 

o                     Patricia Muzquiz-Cantor, Convention and Sports Facilities Assistant Director

o                     Melanie Seale, Finance Assistant Director

o                     John Rodriguez, ITSD Assistant Director

o                     Scott Munson, Convention Center General Manager

o                     Henry Brun, Board Member, Visit SA

 

 

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.