city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 17-3503   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 6/15/2017
Posting Language: An Ordinance accepting the bid from ISI Automation International Inc. to provide the San Antonio Fire Department’s Emergency Operations Center Division with a one-time purchase of audio visual equipment, which includes the removal of existing audio visual equipment and the installation and programming of new equipment, for a total cost of $109,343.40, of which $82,728.84 is funded from 2015 State Homeland Security Program Grant funds, and $26,614.56 funded from the FY 2017 San Antonio Fire Department's Operating General fund budget. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. Bid Tab, 2. 6100008799 ISI Automation International, Inc., 3. 1295, 4. Draft Ordinance, 5. Ordinance 2017-06-15-0432

DEPARTMENT: Finance                     

 

 

DEPARTMENT HEAD: Troy Elliott

                     

                     

COUNCIL DISTRICTS IMPACTED: Citywide

 

 

SUBJECT:

 

Emergency Operations Center (EOC) Acoustics and Monitors Upgrades

 

 

SUMMARY:

 

This ordinance authorizes the acceptance of a bid from ISI Automation International, Inc. to provide the Fire Department’s Emergency Operations Center (EOC) Division with the purchase, installation and programming of new audio visual equipment and includes the removal of existing equipment. Funding for the total purchase of $109,343.40 is available in the 2015 State Homeland Security Program grant for $82,728.84 and the Fire Department General Fund FY 2017 Budget for $26,614.56.

 

BACKGROUND INFORMATION:

 

Submitted for City Council consideration and action is the tabulation of three bids for a vendor to provide audio visual equipment and its installation at the EOC. 

 

This procurement will provide the San Antonio Fire Department with audio visual equipment, programming and installation services.  The existing audio visual equipment, originally installed when the EOC was constructed in 2007, is at the end of its service life.  The replacement equipment consists of newer technology allowing for larger and higher definition monitors providing enhanced viewing capabilities.  Some structural modifications will also be included to support the increased weight of the replacement equipment.

 

ISSUE:

 

This contract will be awarded in compliance with the Small Business Economic Development Advocacy (SBEDA) Program, which requires solicitations be reviewed by a Goal Setting Committee (GSC) to establish a requirement and/or incentive in an effort to maximize the amount of small, minority, and women-owned business participation. The GSC applied the minority/ women-owned business enterprise (M/WBE) subcontracting goal of twenty-two (22%) percent. ISI Automation International, Inc. is small, minority-owned business and has committed to self-perform 100% of the contract.

                     

The recommended award is to the lowest responsive bidder, who is also a local business. Therefore, application of the Local Preference Program was not required.

 

The Veteran-Owned Small Business Preference Program does not apply to goods/supplies contracts, so no preference was applied to this contract.

 

ALTERNATIVES:

 

Should this purchase not be approved, the Office of Emergency Management would not replace existing audio visual equipment, leaving the EOC equipped with end of service life and failing equipment, subject to high maintenance and repair costs. 

 

FISCAL IMPACT:

 

This ordinance authorizes this contract for the purchase, installation and programming of new audio visual equipment, including the removal of existing audio visual equipment. Funding for the total purchase of $109,343.40 is available in the 2015 State Homeland Security Program grant for $82,728.84 and the Fire Department General Fund FY 2017 Budget for $26,614.56.

 

RECOMMENDATION:

 

Staff recommends the approval of a contract with ISI Automation International, Inc. for the purchase of audio visual equipment, programming and installation services for a total cost of $109,343.40.

 

This contract was procured by means of an Invitation for Bid (IFB) and a Contracts Disclosure Form is not required.