CITY OF SAN ANTONIO
AVIATION DEPARTMENT
INTERDEPARTMENTAL MEMO
TO: Erik Walsh, City Manager
FROM: Russell J. Handy, Director, Aviation Department
COPIES: Audit and Accountability Committee; Carlos Contreras, Assistant City Manager; Ben Gorzell, Jr., CPA, Chief Financial Officer; Kevin Barthold, City Auditor; Troy Elliott, CPA, Deputy Chief Financial Officer
SUBJECT: Post-Solicitation Briefing for On-Call Plumbing Services for the San Antonio Airport System
DATE: August 30, 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 the full City Council for consideration.
On-Call Plumbing Services - The City of San Antonio solicited proposals from qualified respondents to provide the Aviation Department with a contractor to provide on-call maintenance and repair of plumbing systems at all locations within the San Antonio Airport System.
• Solicitation Type: Request for Competitive Sealed Proposals
• Contract Value: $1 Million
• Term of Contract: 2 years with 3, 1-year renewal options
• Number of Respondents: 3
• Contract to be Awarded: 1
• Council Consideration: October 3, 2019
• Evaluation Criteria:
o Experience, Background, Qualifications - 35 points
o Proposed Plan - 30 points
o Price - 15 points
o SBE Prime Contract Program - 10 points
o M/WBE Prime Contract Program - 10 points
• SBEDA Subcontracting Requirement: Not Applicable
• Local Preference Program: Not Applicable
• Veteran Owned Small Business Preference Program: Not Applicable
• Voting Committee Members:
o Loyce D. Clark, Chief Asset and Planning Officer, Aviation Department
o Lenny Irwin, Interim Facilities Manager, Aviation Department
o Larry Bigelow, Facilities Superintendent, Aviation Department
o Janet Howard, Sr. Architect, Aviation Department
o Ron Griego, Facilities Administrator, Building and Equipment Services Department
Due diligence conducted for the respondents to the above solicitations 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.