city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 18-4894   
Type: Staff Briefing - Without Ordinance
In control: Audit and Accountability Committee
On agenda: 8/23/2018
Posting Language: Fire Station 54 [Peter Zanoni, Deputy City Manager; Christie Chapman, Assistant Director, Transportation & Capital Improvements]
Attachments: 1. 15A. Postsolicitation - FS54 updated 22 Aug 2018 with scoring
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

CITY OF SAN ANTONIO

TRANSPORTATION & CAPITAL IMPROVEMENTS

INTERDEPARTMENTAL MEMO

 

TO:                                          Sheryl Sculley, City Manager

 

FROM:                     Mike Frisbie, P.E., Director/City Engineer, Transportation & Capital Improvements

 

COPY:                     Audit Committee; Peter Zanoni, Deputy City Manager; Ben Gorzell, Jr., CPA, Chief Financial Officer; Kevin Barthold, City Auditor; Troy Elliott, CPA, Finance Director

 

SUBJECT:                     Post-Solicitation Briefing for Fire Station #54

 

DATE:                     August 23, 2018

 

The new Fire Station #54 will include a modular building, a pre-engineered 3 bay metal building, and associated site work and utilities. This station will be located in the Foster Road Annexation Area.

 

On May 30, 2018, a Request for Competitive Sealed Proposal (RFCSP) was released seeking qualified and experienced firms to provide construction services for the Fire Station #54 Project. The estimated cost for construction of this project is $2.3 Million.    

 

The RFCSP was advertised in the Hartbeat and on the City’s website on May 30, 2018.  Responses were due July 3, 2018, and a total of six (6) responsive firms responded to the RFCSP. A selection committee consisting of staff from the City Manager’s Office, SAFD, Transportation and Capital Improvements, and an AIA Member evaluated and ranked the submissions.        

 

The selection committee evaluated and scored the proposals based on the published criteria for Phase I which included: Experience, Background, Qualifications of Firm, Key Personnel, and Key Sub-Consultants to deliver all components of the Project; Understanding of the Project and Proposed Management Plan; Overall evaluation of the firm/team and its ability to provide the required services; Price Proposal and the SBEDA Prime Contracting Program.  Phase II utilized the same criteria and included interviews from the short-listed Firms.

 

This item is tentatively scheduled for Council consideration in September 2018.