city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 14-1059   
Type: Purchase of Services
In control: City Council A Session
On agenda: 6/12/2014
Posting Language: An Ordinance accepting the offer from Western States Fire Protection Co. to provide the San Antonio Airport System with routine annual inspections, repairs and monitoring services for fire detection and suppression systems for a total estimated annual amount of $371,178.00, funded from the Aviation Operating Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Director, Finance]
Attachments: 1. RFCSP - Western States Fire Protection Co., 2. Score Matrix, 3. Contracts Disclosure Form, 4. Integration Agreement, 5. Draft Ordinance, 6. Ordinance 2014-06-12-0409
DEPARTMENT: Finance


DEPARTMENT HEAD: Troy Elliott


COUNCIL DISTRICTS IMPACTED: 9


SUBJECT:
Annual Contract for Fire Detection and Suppression Systems Inspections, Repairs, and Monitoring Services for San Antonio Airport System


SUMMARY:
This ordinance authorizes acceptance of a proposal from Western States Fire Protection Co. to provide the San Antonio Airport System (SAAS) with a contract to provide routine annual inspections, repairs (to include replacements), and monitoring services of the fire detection and fire suppression systems for a total estimated annual amount of $371,178.00 for an initial term of three years, with options to renew the term of the agreement for two additional one-year periods. The contract value is based, in part, on estimated future repair costs. This contract will be used for repairs so long as funds are available in the Department's budget. Funding for this annual contract will be allocated from the Aviation Operating Fund.



BACKGROUND INFORMATION:
The City issued a Request for Competitive Sealed Proposal (RFCSP) for "Annual Contract for Fire Detection and Suppression Systems Inspections, Repairs, and Monitoring Services" (RFCSP 6100003350) on August 28, 2013. On October 4, 2013, the Aviation Department received six proposals. Two firms were declared non-responsive. Allied Fire Protection did not submit the required Proposal Bond. SimplexGrinnell took exceptions to the terms and conditions within the City requirements and offered pricing under the terms and conditions of their TXMAS contract.


The evaluation committee consisted of representatives from Aviation Department, Convention Sports & Entertainment Facilities, and the Airport Advisory Commission. The Finance Department, Purchasing Division assisted by ensuring compliance with City procurement policies and procedures.

The evaluation of each proposal was based on a total of 100 points: 50 points for experience, background, qualifications,...

Click here for full text