city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 19-1582   
Type: Staff Briefing - Without Ordinance
In control: Audit and Accountability Committee
On agenda: 1/29/2019
Posting Language: Construction Services for Terminal A Security Checkpoint Expansion at San Antonio International Airport (SAIA) [Carlos Contreras, Assistant City Manager; Razi Hosseini, Interim Director/City Engineer, Transportation & Capital Improvements]
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

CITY OF SAN ANTONIO

TRANSPORTATION & CAPITAL IMPROVEMENTS

INTERDEPARTMENTAL CORRESPONDENCE

 

 

TO:                     Sheryl Sculley, City Manager

 

FROM:                     Razi Hosseini P.E., Interim Director/City Engineer, Transportation and Capital                      Improvements 

 

COPY:                      Audit and Accountability Committee; Ben Gorzell, Jr., CPA, Chief Financial Officer; Kevin Barthold, City Auditor; Troy Elliott, CPA, Deputy Chief Financial Officer; Carlos Contreras, Assistant City Manager

 

SUBJECT:                     Post-Solicitation Briefing for Terminal A Security Checkpoint Expansion at San Antonio International Airport (SAIA)

 

DATE:                     January 29, 2019

 

The following high profile project has completed the solicitation process.  This item is presented to the Audit and Accountability Committee for review prior to full City Council for consideration.

 

Terminal A Security Checkpoint Expansion at SAIA (Aviation/TCI) - Department released a Request for Competitive Sealed Proposal (RFCSP) seeking qualified and experienced firms to provide construction services for an interior alteration at Terminal A requiring removal of existing concessionaire in its entirety, and preparing area for primary use in Transportation Security Administration (TSA) passenger screening.  Associated work will include interior wall rework, wall tile, flooring, terrazzo flooring infill, overhead roll down security gate, relocation and integration of existing and new TSA equipment, installation of infrastructure associated with mechanical, electrical, plumbing and audio visual and information technology work required to function as defined by TSA and SAIA security standards.

 

                     Solicitation Type:                                              Request for Competitive Sealed Proposals

                     Contract Value:                                                    $1.4 Million

                     Term of Contract:                                                Upon Construction Completion (July 2019)

                     Number of Respondents:                        2

                     Contracts to be Awarded:                        1

                     Council Consideration:                           February 21, 2019

                     Evaluation Criteria:                      

o                     Experience, Background, Qualifications of Firm, Key Personnel and Key Sub-Consultants: 30 points

o                     Understanding of the Project and Proposed Management Plan: 25 points

o                     Price Proposal: 15 points

o                     Experience with San Antonio Region Issues and Past Experience with the City of San Antonio Contracts: 10 points

o                     SBEDA: 20 points

                     Small Business Enterprise Prime Contract  Program - 10 points

                     Minority Women Owned Business Enterprise Prime Contract Program - 10 points

                     SBEDA Subcontracting: MWBE 18%, AABE 1%

                     Local Preference Program: Not Applicable

                     Veteran Owned Small Business Preference Program: Not Applicable 

                     Voting Members:                     Tom Bartlett, Deputy Director, Aviation

Ryan Rocha, Chief of Operations, Aviation

Brett Van Hazel, Capital Program Manager, TCI

Janet Howard, Senior Architect, Aviation

Jeni O’Quinn, Architect, TCI

Charles Serafini, Airport Advisory Commission

 

 

Due diligence conducted for the respondents to the above solicitation included a search of federal and state debarment lists, prohibited political contributions, conflicts of interest, delinquent City/County taxes, outstanding payments to the City, payment of state franchise fees as well as a search of the internet for pertinent business information.  No findings were noted that would prevent the City from awarding to the selected vendor.

 

Staff recommends committee approval to proceed with scheduling this item for full City Council consideration for the selection of the highest ranked firm.