city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 15-4753   
Type: Purchase of Services
In control: City Council A Session
On agenda: 10/8/2015
Posting Language: An Ordinance authorizing a contract with The Brandt Companies, LLC to provide the San Antonio International Airport with preventive maintenance, repairs, and parts for the HVAC equipment at the Central Utility Plant and the Federal Aviation Administration Air Traffic Control Building for a total estimated annual amount of $550,000.00, funded from the Aviation Operations and Maintenance Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Director, Finance]
Attachments: 1. 61-6212 RFCSP, 2. 61-6212 Scoring Matrix, 3. CDF, 4. Draft Ordinance, 5. Ordinance 2015-10-08-0859
DEPARTMENT: Finance


DEPARTMENT HEAD: Troy Elliott


COUNCIL DISTRICTS IMPACTED: City Wide


SUBJECT:
Annual Contract for Central Utility Plant Preventive Maintenance & Repairs at San Antonio International Airport



SUMMARY:
This ordinance authorizes acceptance of a proposal with The Brandt Companies, LLC to provide the San Antonio International Airport with preventive maintenance, repairs, and parts for the HVAC equipment at the Central Utility Plant of the San Antonio International Airport and the Federal Aviation Administration Air Traffic Control Building for a total estimated annual amount of $550,000.00 for an initial term of three years, with options to renew the term of the agreement for two additional one-year periods. Funding for this annual contract will be allocated from the Aviation Operations and Maintenance Fund.



BACKGROUND INFORMATION:
The City issued a Request for Competitive Sealed Proposal for "Annual Contract for Central Utility Plant Preventive Maintenance and Repairs" on June 22, 2015 and two proposals were received on July 22, 2015.

The evaluation committee consisted of representatives from Aviation Department, Building and Equipment Services Department, and San Antonio Water System. The Finance Department, Purchasing Division facilitated by ensuring compliance with City procurement policies and procedures.

The evaluation of each proposal was based on a total of one hundred points: forty points for experience, background, qualifications; thirty points for proposed plan; ten points for price schedule. Twenty preference points were allotted for the Small Business Economic Development Advocacy (SBEDA) Program, SBE Prime Contractor Program Affirmative Procurement Initiative. Based on the City's standard RFCSP process, The Brandt Companies, LLC is recommended for award.

The initial term of the agreement shall be for a period of three years. Two additional one-year renewals at the City's option will al...

Click here for full text