city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 18-4801   
Type: Purchase of Services
In control: City Council A Session
On agenda: 9/20/2018
Posting Language: Ordinance approving barricade services on an as-needed basis for the Transportation and Capital Improvements, Convention and Sports Facilities, Police and Center City Development and Operations departments for construction projects, processions or special events from Flasher Limited, dba Flasher Equipment Company for an estimated annual cost of $600,000.00, funded through the departments' FY 2019 operating budgets. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. 6100010135 Rental of Barricades, 2. 61-10135 Flasher Equipment Co., 3. Score Summary Matrix, 4. Contracts Disclosure Form, 5. Draft Ordinance, 6. Ordinance 2018-09-20-0731
DEPARTMENT: Finance


DEPARTMENT HEAD: Troy Elliott


COUNCIL DISTRICTS IMPACTED: Citywide


SUBJECT:

Annual Contract for Rental of Barricades


SUMMARY:

This ordinance authorizes a contract with Flasher Limited, dba Flasher Equipment Company to provide barricade services on an as-needed basis, to include rental, manpower, delivery and pickup of barricades. These services are required by the Transportation and Capital Improvements, Convention and Sports Facilities, Police and Center City Development and Operations departments for construction projects, processions or special events for an estimated amount of $600,000.00 annually. Funding for this contract is available through the FY 2019 Operating Budget.


BACKGROUND INFORMATION:

Submitted for Council consideration and action is a proposal submitted by Flasher Limited, dba Flasher Equipment Company to provide barricade services on an as-needed basis, to include rental, manpower, delivery and pickup of barricades.

The City issued a Request for Competitive Sealed Proposal (RFCSP) for "Annual Contract for Rental of Barricades" (RFCSP 6100010135) on May 23, 2018, with a submission deadline of June 22, 2018. Three proposal responses were received. The evaluation team consisted of representatives from the Transportation and Capital Improvements, Convention and Sports Facilities, Police and Center City Development and Operations departments. The Finance Department, Purchasing Division assisted by ensuring compliance with City procurement policies and procedures. The proposals were evaluated based on the firm's qualifications, experience, and quality of service, previous performance, proposed plan and price schedule.

The evaluation of each proposal response was based on a total of 100 points; 35 points allotted for experience, background, qualifications; 25 points allotted for proposed plan; and 20 points allotted for respondent's price schedule. Ten preference points were allotted for the Small Business E...

Click here for full text